PORT ST. LUCIE CITY COUNCIL

121
PORT ST. LUCIE CITY COUNCIL AGENDA ITEM SUMMARY Meeting Date: August 27, 2018 Agenda Item #: 7B PLACEMENT: Consent Agenda ACTION REQUESTED: Motion / Vote APPROVE CONTRACT #20180150 FOR CRIME SCENE LABORATORY RENOVATIONS. SUBMITTED BY: Hailey Fallon, Buyer, Procurement Management Department (PMD). STRATEGIC PLAN LINK: The City ' s Goal of high-quality infrastructure and facilities. SUMMARY BRIEF (Agreements/Contracts only) 1. Prepared by: Hailey Fallon, PMD. 2. Parties: City of Port St. Lucie and Gentile Construction LLC. 3. Purpose: To provide a safe, clean environment for our Crime Scene Unit to be able to analyze any evidence they receive on a job. 4. New/Renewal/Modified: New. 5. Duration: 210 calendar days with no option to renew. 6. Benefits to Port St. Lucie: Providing a high-quality infrastructure/facility to allow the Crime Scene Unit to review evidence. 7. Cost to Port St. Lucie (Annual and Potential): One time expense of $55,000.00, plus $10.00 for Indemnification. PRESENTATION INFORMATION: N/A. STAFF RECOMMENDATION: Move that the Council award Contract #20180150 for Crime Scene Laboratory Renovations to Gentile Construction, LLC. ALTERNATE RECOMMENDATIONS: 1. Move that the Council amend the recommendation and award Contract #20180150. 2. Move that the Council not approve Contract #20180150 and provide staff with direction. BACKGROUND: The crime scene processing laboratory is currently operating within a space that was initially designed as a garage. To bring the space into an adequate, effective, and safe environment for the processing of evidence items, it requires significant remodeling. The HVAC System is inadequate and is tied to the main building's first floor supply and return. This needs to be replaced with a stand-alone system. The doors need to be replaced for energy efficiency and the flooring needs to be replaced with epoxy floors. An E-Bid was issued on May 16, 2018 to five hundred and fifteen (515) potential suppliers with fourteen (14) downloading the bid documents and being listed as plan holders. The E-Bid was extended for 6 weeks and only 1 bid was submitted on July 27, 2018. Council Agenda Memorandum (Contracts/Agreements) V 3.5

Transcript of PORT ST. LUCIE CITY COUNCIL

PORT ST. LUCIE CITY COUNCILAGENDA ITEM SUMMARY

Meeting Date: August 27, 2018

Agenda Item #: 7B

PLACEMENT: Consent Agenda

ACTION REQUESTED: Motion / Vote

APPROVE CONTRACT #20180150 FOR CRIME SCENE LABORATORY RENOVATIONS.

SUBMITTED BY: Hailey Fallon, Buyer, Procurement Management Department (PMD).

STRATEGIC PLAN LINK: The City ' s Goal of high-quality infrastructure and facilities.

SUMMARY BRIEF (Agreements/Contracts only)1. Prepared by: Hailey Fallon, PMD.

2. Parties: City of Port St. Lucie and Gentile Construction LLC.

3. Purpose: To provide a safe, clean environment for our Crime Scene Unit to be able to analyzeany evidence they receive on a job.

4. New/Renewal/Modified: New.

5. Duration: 210 calendar days with no option to renew.

6. Benefits to Port St. Lucie: Providing a high-quality infrastructure/facility to allow the CrimeScene Unit to review evidence.

7. Cost to Port St. Lucie (Annual and Potential): One time expense of $55,000.00, plus $10.00 forIndemnification.

PRESENTATION INFORMATION: N/A.

STAFF RECOMMENDATION: Move that the Council award Contract #20180150 for Crime SceneLaboratory Renovations to Gentile Construction, LLC.

ALTERNATE RECOMMENDATIONS:1. Move that the Council amend the recommendation and award Contract #20180150.2. Move that the Council not approve Contract #20180150 and provide staff with direction.

BACKGROUND: The crime scene processing laboratory is currently operating within a space thatwas initially designed as a garage. To bring the space into an adequate, effective, and safeenvironment for the processing of evidence items, it requires significant remodeling. The HVACSystem is inadequate and is tied to the main building's first floor supply and return. This needs tobe replaced with a stand-alone system. The doors need to be replaced for energy efficiency and theflooring needs to be replaced with epoxy floors.

An E-Bid was issued on May 16, 2018 to five hundred and fifteen (515) potential suppliers withfourteen (14) downloading the bid documents and being listed as plan holders. The E-Bid wasextended for 6 weeks and only 1 bid was submitted on July 27, 2018.

Council Agenda Memorandum (Contracts/Agreements) V 3.5

ISSUES/ANALYSIS: Staff reviewed the proposal and finds that Gentile Construction LLC provides the

best value to the City and meets the City Standards. Gentile Construction has performed numeroussuccessful projects for the City and is not a local vendor.

FINANCIAL INFORMATION: Funds are appropriated in the adopted FY 2017-18 budget for theGeneral Fund/Criminal Investigations/Improvements 0/T Buildings (#001-2115-563000).

SPECIAL CONSIDERATION: N/A.

LOCATION OF PROJECT: Due to the Critical Infrastructure Sector of the Homeland Security Act, nolocation map is provided.

ATTACHMENTS:1. Bid Tabulation Report.

2. Contract.

3. Recommended Proposal.

4. Bid Documents.

NOTE: All of the listed items in the "Attachment" section above are in the custody of the City Clerk. Any item(s) notprovided in City Council packets are available upon request from the City Clerk.

SUBMITTAL DATE: August 6, 2018

LEGAL SUFFICIENCY REVIEW:

Reviewed by Ella Gilbert, Deputy City Attorney on 06/28/18. Approved as to legal form andsufficiency by James D. Stokes, Interim City Attorney.

ROUTING:1. Department requesting Agenda Item: Police Department

APPROVAL(S):2. Department preparing Agenda Item: Procurement Management Director Lenora Sevillian3. Secondary Department Approval: Chief Financial Officer Jeff Snyder4. City Manager' s Office: N/A

5. City Manager' s Office: David Graham, Assistant City Manager '' ,

6. City Manager: Russ Blackburn

RECEIVEDAUG 1 0 2019

CITY MANAGER 'S OFFICECouncil Agenda Memorandum (Contracts/Agreements) V 3.5

E-Bid Tabulation Report

E-Bid #20180150

Crime Scene Laboratory RenovationsOpened July 27, 2018 at 3:30 PM

Gentile Corp.Line # Description Quantity Total

PHASE 11 Renovations in Crime Scene Bay 1 $

39,000.00PHASE 2

2 Air control/Duct/Filters 1 $

16,000.00Total Amount $

55,000.00

1 Acknowledge all Addenda Yes2 Submitted original 5% Bid Bond Yes3 Copy of current insurance Yes

4

Review & Accept all City terms

and conditions Yes5 Listed all subcontractors Yes6 Submitted all required forms Yes7 Listed similar projects Yes8 Declared bankruptcy No9 Law suits? No

10 Criminal Violations No11 Accepts Visa No12 Discount using Visa 0%

13

Submitted the Vendor Code ofEthics Yes

14 Submitted all licenses required Yes15 Local Vendor Preference No

Page 1 of 1

Contract #20180150

Crime Scene Laboratory Renovations

CITY OF PORT SAINT LUCIECONTRACT #20180150

This CONTRACT, executed this day of , 20, by andbetween the CITY OF PORT ST. LUCIE, FLORIDA, a municipal corporation, duly organizedunder the laws of the State of Florida, hereinafter called "City" party of the first part, and GentileConstruction LLC (Contractor), a Florida Corporation, 3160 Turtle Cove West Palm Beach, FL33411, Telephone No. (954)520-0548 Fax No. (561)612-7196, hereinafter called "Contractor",party of the second part.

SECTION IN RECITALS

WHEREAS, Contractor is a licensed Florida Corporation doing business in Florida; and

WHEREAS, the City wishes to contract for the Crime Scene Laboratory Renovations aswell as other tasks (Work) more specifically described in this Contract; and

WHEREAS, Contractor is qualified, willing and able to provide the Work on the termsand conditions set forth herein; and

WHEREAS, the City desires to enter into this Contract with Contractor to perform theWork specified and in an amount agreed to below.

NOW THEREFORE, in consideration of the premises and the mutual covenants hereinname, the Parties agree as follows:

The Recitals set forth above are hereby incorporated into this Contract and made a part of hereoffor reference.

SECTION IINOTICES

All notices or other communications hereunder shall be in writing and shall be deemed duly givenif sent by certified mail with return receipt request, email (with proof of confirmation) andaddressed as follows unless written notice of a change of address is given pursuant to the provisionsof this Contract.

City of PSL Project Manager: Lisa Smith, Police Department Project ManagerPolice Department121 SW Port St. Lucie, Blvd.Port St. Lucie, FL. 34984Telephone: 772-871-5183Email: LWSmith gcityofpsl.com

City Contract Administrator: Hailey Fallon, Buyer

Page 1 of 21

Contract #20180150

Crime Scene Laboratory Renovations

Procurement Management Department121 SW Port St Lucie Blvd,Port St Lucie, FL 34984Telephone: 772-344-4068Email: [email protected]

Contractor: Oscar FroziniGentile Construction3160 Turtle CoveWest Palm Beach, FL 33411Telephone: 954-520-0548Email: [email protected]

SECTION IIIDESCRIPTION OF SERVICES TO BE PROVIDED

The specific work that the Contractor has agreed to perform pursuant to the E-Bid Specifications#20180150, Construction Plans, attachments and all agenda, are made part of this Contract toCrime Scene Laboratory Renovations for the City of Port Saint Lucie.

Location: 121 SW Port St Lucie Blvd, Port St. Lucie, FL 34984.

Scope of Work:This Contract will consist of two phases. Phase one is as follows:

• Remove all interior furniture, fixtures, and equipment items to a place designated by PS L.• Cover and protect all existing fixtures and equipment that are not removed from the space.• Protect all exterior planting, asphalt, signage and existing fixtures.• Contractor will be required to replace or repair to an acceptable condition any damage to

existing walls, fixtures and other items as a result of performing this scope of work.• Epoxy paint all interior walls and ceiling after installation of insulation and cover.• New resinous floor per specification.• Remove existing (2) 10' roll-up doors.• Fill-in openings with 8" CMU reinforced wall.• Stucco at all new CMU walls' exterior - texture to match existing.• Install new 6' double 16 ga steel door-custom height - hollow metal frame - NOA certified

w/ hardware.• Apply coatings and paint all exterior walls from corner to corner - color to match existing.• Fill the precast louver locations with grout after removal of louver. Flush finish with wall,

stucco finish on exterior to match existing and smooth finish on interior to match existing.• Stucco at all new CMU walls' exteriors - texture to match existing.• Install eyewash station and sink with floor drain as shown on the drawings.• Paint all exterior wall from corner to corner - color to match existing.• Clean up immediately upon completion of each trade's work.• Clean up to an acceptable condition before inspection.• Contract period is estimated at 120 days for Phase I.

Page 2 of 21

Contract #20180150

Crime Scene Laboratory Renovations

Phase two is as follows:

• Remove all existing duct and filters.• Install VAV and controls.• Install exterior exhaust fan and duct. Connect hood to exhaust fan per the drawings.• Install all air control accessories as indicated on the drawings.• Provide complete assemblies as shown including all life safety features.• Provide startup of all equipment and balance systems to work as designed.• Contract period is estimated at 90 days for Phase II.

SECTIONIVTIME OF PERFORMANCE

The Contract Period start date will , 2018 and will terminate thereafter on 2018 for a total of 210 calendar days. The Contractor will be required to commence work underthis Contract within seven (7) calendar days after the start date identified in this Contract. In theevent all work required in the bid specifications has not been completed by the specified date, theContractor agrees to provide work as authorized by the Project Manager until all work specifiedin the bid specifications has been rendered. Written requests shall be submitted to the ProjectManager for consideration of extension of completion time due to strikes, unavailable materials,or other similar causes over which the Contractor feels he has no control. Requests for timeextensions shall be submitted immediately but in no event more than two (2) weeks uponoccurrence of conditions, which, in the opinion of the Contractor, warrant such an extension withreasons clearly stated and a detailed explanation given as to why the delays are considered to bebeyond the Contractor's control.

Hours of Service - Work shall be performed by the Contractor between the hours of 8:00 am and5:00 pm, Monday thru Friday. Any work performed by the Contractor outside of theaforementioned time limit requires special authorization by the City and requires that theContractor obtain a noise permit from the City Police Department. All equipment operated at nightshall comply with the noise levels established by the City of Port St. Lucie noise ordinance. Anyadditional costs associated with work outside of the hours of work allowed shall be borne by theContractor this shall include, but not be limited to costs of inspection, testing, police assistance,and construction administration.

All night, Sunday, and/or Holiday work must be authorized by the City and requires that theContractor obtain a noise permit from the City Police Department.

SECTIONVRENEWAL OPTION

N/A.

Page 3 of 21

Contract #20180150

Crime Scene Laboratory Renovations

SECTIONVI

COMPENSATION

The total amount to be paid by the City to the Contractor is on a per Lump Sum basis for a totalamount of $55,000.00, plus a one-time ten dollar ($10.00) payment for indemnification as providedin Section IX herein.

The Contract Sum - Work to be paid for on a lump sum basis.

Progress Payments - The City may make partial payment during the progress of the work asfollows: Partial payments, calculated from quantities of work in place multiplied by the Contractunit prices will be made thirty (30) days after the receipt of the Pay Request. Partial Release ofLiens from all Contractors, subcontractors, supplies for materials and sub-subcontractors are to beattached to each Pay Request.

Acceptance and Final Payment - Upon receipt of written notice that the work is ready for finalinspection and acceptance, the City will promptly make such inspection. When City finds the workacceptable under the terms of the Contract and the Contract is fully performed the entire balancewill be due to the Contractor and will be paid to the Contractor in thirty (30) calendar clays. Suchfinal payment to the Contractor shall be subject to the covenants in the Contract's StandardSpecifications and any liquidated damages will be assessed against the Contractor at that time.

Before issuance of final payment, The Contractor shall submit evidence that all payrolls, materialbills and other indebtedness connected with the work have been satisfied and paid in full. FinalRelease of Liens from all contractors, subcontractors, suppliers for materials and sub-subcontractors are to be attached to the final invoice.

Invoices for services shall be submitted once a month, by the tenth (10` x') day of each month, andpayments shall be made in thirty (30) days unless Contractor has chosen to take advantage of thePurchasing Card Program, which guarantees payment within several days. Payments shall be madein thirty (30) calendar days of receipt of Contractor's valid invoice, provided that the invoice isaccompanied by adequate supporting documentation, including any necessary partial release ofliens, and is approved by the Project Manager.

No payment for projects involving improvements to real property shall be due until Contractordelivers to City a complete release of all claims arising out of the Contract or receipts in full inlieu thereof, and an affidavit asserting personal knowledge that the releases and receipts includelabor and materials for which a lien could be filed.

Contractor shall invoice the City for the amount of the indemnification payment and said invoiceshall accompany the signed Contracts.

The Contractor shall not be paid additional compensation for any loss or damage, arising out ofthe nature of the work, from the action of the elements, or from any delay or unforeseen obstructionor difficulties encountered in the performance of the work, or for any expenses incurred by, or asa consequence of the suspension or discontinuance of the work.

Page 4 of 21

Contract #20180150

Crime Scene Laboratory Renovations

No payment for projects involving improvements to real property shall be due until Contractordelivers to City a complete release of all claims arising out of the Contract or receipts in full inlieu thereof, and an affidavit asserting personal knowledge that the releases and receipts includelabor and materials for which a lien could be filed.

All invoices and correspondence relative to this Contract must contain the Purchase Order numberor VISA number, Contract number, detail of items with prices that correspond to the Contract,unique invoice number and partial or final release of liens.

All payments not made within the time specified by this section shall bear interest from thirty (30)calendar days after the due date at the rate of 1 percent per month on the unpaid balance.

In the event the City deems it expedient to perform work which has not been done by the Contractoras required by these Specifications, or to correct work which has been improperly and/orinadequately performed by the Contractor as required in these Specifications, all expenses thusincurred by the City, at the City's option, will be invoiced to the Contractor and/or deducted frompayments due to the Contractor. Deductions thus made will not excuse the Contractor from otherpenalties and conditions contained in the Contract.

All invoices are to be sent to: [email protected]

SECTIONVIIWORKCHANGES

The City reserves the right to order work changes in the nature of additions, deletions ormodifications without invalidating the Contract, and agrees to make corresponding adjustments inthe contract price and time for completion. All changes will be authorized by a written changeorder approved by the Procurement Department Director, or her designee. Work shall be changedand the contract price and completion time shall be modified only as set out in the written changeorder. Any adjustment in the contract price resulting in a credit or a charge to the City shall be atcost. Any dispute concerning work changes which is not resolved by mutual agreement shall bedecided by the City Manager who shall reduce the decision to writing. The decision of the Cityshall be final and conclusive.

SECTION VIIICONFORMANCEWITH BID

It is understood that the materials and/or work required herein are in accordance with the bid madeby the Contractor pursuant to the Invitation to Bid and Specifications on file in the ProcurementManagement Department of the City. All documents submitted by the Contractor in relation tosaid bid, and all documents promulgated by the City for inviting bids are, by reference, made apart hereof as if set forth herein in full.

Page 5 of 21

Contract #20180150

Crime Scene Laboratory Renovations

SECTION IXINDEMNIFICATION/HOLD HARMLESS

Contractor agrees to indemnify, defend and hold harmless, the City, its officers, agents, andemployees from, and against any and all claims, actions, liabilities, losses and expenses including,but not limited to, attorney's fees for personal, economic or bodily injury, wrongful death, loss ofor damage to property, at law or in equity, which may arise or may be alleged to have risen fromthe negligent acts, errors, omissions or other wrongful conduct of Contractor, agents, laborers,subcontractors or other personnel entity acting under Contractor's control in connection with theContractor's performance of services under this Contract and to that extent Contractor shall paysuch claims and losses and shall pay all such costs and judgments which may issue from anylawsuit arising from such claims and losses including wrongful termination or allegations ofdiscrimination or harassment, and shall pay all costs and attorney's fees expended by the City indefense of such claims and losses including appeals. That the aforesaid hold-harmless Contract byContractor shall apply to all damages and claims for damages of every kind suffered, or alleged tohave been suffered, by reason of any of the aforesaid operations of Contractor or any agentlaborers, subcontractors or employee of Contractor regardless of whether or not such insurancepolicies shall have been determined to be applicable to any of such damages or claims for damages.Contractor shall be held responsible for any violation of laws, rules, regulations or ordinancesaffecting in any way the conduct of all persons engaged in or the materials or methods used byContractor on the Work. Contractor shall give all notices and comply with all laws, ordinances,rules, regulations and orders of any public authority bearing on the performance of the Work underthis Contract. Contractor shall secure all permits, fees, licenses, and inspections necessary for theexecution of the Work, and upon termination of this Contract for any reason, Contractor shalltransfer such permits, if any, and if allowed by law, to the City. As consideration for this indemnityprovision the Contractor shall be paid the one-time sum of ten dollars (S 10.00), which will beadded to the contract price, and paid prior to commencement of work. This indemnification shallsurvive the termination of this Contract.

SECTION XSOVERIEGN IMMUNITY

Nothing contained in this Contract shall be deemed or otherwise interpreted as waiving the City'ssovereign immunity protections existing under the laws of the State of Florida, or as increasing thelimits of liability as set forth in Section 768.28, Florida Statutes.

SECTION XI

INSURANCE

The Contractor shall, on a primary basis and at its sole expense, agree to maintain in full force andeffect at all times during the life of this Contract, insurance coverage, limits, includingendorsements, as described herein. The requirements contained herein, as well as City's review oracceptance of insurance maintained by Contractor are not intended to and shall not in any mannerlimit or qualify the liabilities and obligations assumed by Contractor under the Contract.

Page 6 of 21

Contract #20180150

Crime Scene Laboratory Renovations

The parties agree and recognize that it is not the intent of the City of Port St. Lucie that anyinsurance policy/coverage that it may obtain pursuant to any provision of this Contract will provideinsurance coverage to any entity, corporation, business, person, or organization, other than the Cityof Port St. Lucie and the City shall not be obligated to provide any insurance coverage other thanfor the City of Port St. Lucie or extend its sovereign immunity pursuant to Section 768.28, FloridaStatutes, under its self-insured program. Any provision contained herein to the contrary shall beconsidered void and unenforceable by any party. This provision does not apply to any obligationimposed on any other party to obtain insurance coverage for this project, any obligation to namethe City of Port St. Lucie as an additional insured under any other insurance policy, or otherwiseprotect the interests of the City of Port St. Lucie as specified in this Contract.

1. Workers' Compensation Insurance&Employer's Liability: The Contractor shall agree tomaintain Workers' Compensation Insurance & Employers' Liability in accordance with Section440, Florida Statutes. Employers' Liability and must include limits of at least $100,000.00 eachaccident, $100,000.00 each disease/employee, $500,000.00 each disease/maximum. A Waiver ofSubrogation endorsement shall be provided. Coverage shall apply on a primary basis. Should scopeof work performed by Contractor qualify its employee for benefits under Federal Workers'Compensation Statute (example, U.S. Longshore & Harbor Workers Act or Merchant Marine Act),proof of appropriate Federal Act coverage must be provided.

2. Commercial General Liability Insurance: The Contractor shall agree to maintain CommercialGeneral Liability insurance issued under an Occurrence form basis, including Contractual liability,to cover the hold harmless agreement set forth herein, with limits of not less than:

Each occurrence

$1,000,000Personal/advertising injury

$1,000,000Products/completed operations aggregate

$2,000,000General aggregate

$2,000,000Fire damage

$100,000 any 1 fireMedical expense

$10,000 any 1 person

3. Additional Insured: An Additional Insured endorsement must be attached to the certificate ofinsurance and must include coverage for on-going and Completed Operations (should be ISOCG20101185 or CG2037 & CG2010) under the General Liability policy. Products & CompletedOperations coverage to be provided for a minimum of five (5) years from the date of possessionby City or completion of contract. Coverage is to be written on an occurrence form basis and shallapply as primary. A per project aggregate limit endorsement should be attached. Defense costs areto be in addition to the limit of liability. A waiver of subrogation shall be provided in favor of theCity. Coverage for the hazards of explosion, collapse and underground property damage (XCU)must also be included when applicable to the work performed. No exclusion for mold, silica orrespirable dust or bodily injury/property damage arising out of heat, smoke, fumes, or hostile fireshall apply. Coverage shall extend to independent contractors and fellow employees. ContractualLiability is to be included. Coverage is to include a cross liability or severability of interest'sprovision as provided under the standard ISO form separation of insurer's clause.

Page 7 of 21

Contract #20180150

Crime Scene Laboratory Renovations

Except as to Workers' Compensation and Employers' Liability, said Certificate(s) and policiesshall clearly state that coverage required by the Contract has been endorsed to include the City ofPort St. Lucie, a municipality of the State of Florida, its officers, agents and employees asAdditional Insured added to its Commercial General Liability policy and Business Auto policy.The name for the Additional Insured endorsement issued by the insurer shall read "City of Port St.Lucie, a municipality of the State of Florida, its officers, employees and agents and shall includeContract #20180150- Crime Scene Laboratory Renovations shall be listed as additionallyinsured." The Policy shall be specifically endorsed to provide thirty (30) day written notice to theCity prior to any adverse changes, cancellation, or non-renewal of coverage thereunder. In theevent that the statutory liability of the City is amended during the term of this Contract to exceedthe above limits, the Contractor shall be required, upon thirty (30) calendar day's written noticeby the City, to provide coverage at least equal to the amended statutory limit of liability of theCity. Copies of the Additional Insured endorsements including Completed Operations coverageshall be attached to the Certificate of Insurance. All independent contractors and subcontractorsutilized in this project shall furnish a Certificate of Insurance to the City in accordance with thesame requirements set forth herein.

4. Automobile Liability Insurance: The Contractor shall agree to maintain Business AutomobileLiability at a limit of liability not less than S1,000,000.00 each accident covering any auto, owned,non-owned and hired automobiles. In the event, the Contractor does not own any automobiles; theBusiness Auto Liability requirement shall be amended allowing Contractor to agree to maintainonly Hired & Non-Owned Auto Liability. This amended requirement may be satisfied by way ofendorsement to the Commercial General Liability, or separate Business Auto Coverage form.Certificate holder must be listed as additional insured. A waiver of subrogation shall be provided.Coverage shall apply on a primary basis.

5. Waiver of Subrogation: The Contractor shall agree by entering into this Contract to a Waiverof Subrogation for each required policy. When required by the insurer, or should a policy conditionnot permit an Insured to enter into a pre-loss Contract to waive subrogation without anendorsement then Contractor shall agree to notify the insurer and request the policy be endorsedwith a Waiver of Transfer of Rights of Recovery Against Others, or its equivalent. This Waiver ofSubrogation requirement shall not apply to any policy where a condition to the policy specificallyprohibits such an endorsement, or voids coverage should Contractor enter into such a Contract ona pre-loss basis.

6. Deductibles: All deductible amounts shall be paid for and be the responsibility of the Contractorfor any and all claims under this Contract. Where an SIR or deductible exceeds S5,000, the Cityof Port St. Lucie reserves the right, but not obligation, to review and request a copy of theContractor's most recent annual report or audited financial statement.

It shall be the responsibility of the Contractor to ensure that all independent contractors and/orsubcontractors comply with the same insurance requirements referenced above.

The Contractor may satisfy the minimum limits required above for either Commercial GeneralLiability, Business Auto Liability, and Employers' Liability coverage under Umbrella or ExcessLiability. The Umbrella or Excess Liability shall have an Aggregate limit not less than the highest"Each Occurrence" limit for either Commercial General Liability, Business Auto Liability, or

Page 8 of 21

Contract #20180150

Crime Scene Laboratory Renovations

Employers' Liability. When required by the insurer, or when Umbrella or Excess Liability iswritten on Non-Follow Form," the City shall be endorsed as an "Additional Insured."

The City, by and through its Risk Management Department, reserves the right, but not obligation,to review, modify, reject, or accept any required policies of insurance including limits, coveragesor endorsements, herein from time to time throughout the term of this contract. All insurancecarriers must have an AM Best rating of at least A: VII or better.

A failure on the part of the contractor to execute the contract and/or punctually deliver the requiredinsurance, and other documentation may be cause for annulment of the award.

SECTION XIIACTS OF GOD

The Contractor shall be responsible for all preparation of the site for Acts of God, including butnot limited to; earthquake, flood, tropical storm, hurricane or other cataclysmic phenomenon ofnature, rain, wind or other natural phenomenon of normal intensity, including extreme rainfall. Noreparation shall be made to the Contractor for damages to the Work resulting from these Acts. TheCity is not responsible for any costs associated with pre or post preparations for any Acts of God.

Emergencies - In the event of emergencies affecting the safety of persons, the work, or property,at the site or adjacent thereto, the Contractor(s), or his designee, without special instruction orauthorization from the City, is obligated to act to prevent threatened damage, injury or loss. In theevent such actions are taken, the Contractor(s) shall promptly give to the City written notice andcontact immediately by phone, of any significant changes in work or deviations from the Contractdocuments caused thereby, and if such action is deemed appropriate by the City a writtenauthorization signed by the City covering the approved changes and deviations will be issued.

SECTION XIIIPROHIBITIONAGAINST FILING OR MAINTAINING LIENS AND SUITS

Subject to the laws of the State of Florida and of the United States, neither Contractor nor anySubcontractor, supplier of materials, laborer or other person shall file or maintain any lien for laboror materials delivered in the performance of this Contract against the City. The right to maintainsuch lien for any or all of the above parties is hereby expressly waived.

SECTION XIVCOMPLIANCEWITHLAWS

The Contractor shall give all notices required by and shall otherwise comply with all applicablelaws, ordinances, and codes and shall, at his own expense, secure and pay the fees and charges forall permits required for the performance of the Contract. All materials furnished and works doneare to comply with all federal, state, and local laws and regulations. Contractor will comply withall requirements of 28 C.F.R. § 35.151. Contractors and subcontractors shall comply with §119.0701, Fla. Stat. The Contractor and subcontractors are to allow public access to all documents,papers, letters, or other material made or received by the Contractor in conjunction with thisContract, unless the records are exempt from Art. I, § 24(a), Fla. Const. and § 119.07(1) (a), Fla.

Page 9 of 21

Contract #20180150

Crime Scene Laboratory Renovations

Stat. Pursuant to § 119.10(2)(a), Fla. Stat., any person who willfully and knowingly violates anyof the provisions of Ch. 119, Laws of Fla., commits a misdemeanor of the first degree, punishableas provided in § 775.082 and § 775.083 Fla. Stat.

Pursuant to Title VI of the Civil Rights Act of 1964 and other related federal and state laws andregulations, the City of Port St. Lucie will 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 per Resolution 14-R162 adopted by City Council onNovember 10, 2014.

RECORDS

The City of Port St. Lucie is a public agency subject to Chapter 119, Florida Statutes. TheContractor shall comply with Florida's Public Records Law. CONTRACTOR'SRESPONSIBILITY FOR COMPLIANCE WITH CHAPTER 119, FLORIDA STATUTES.Pursuant to Section 1 19.0701, F.S.

Contractor agrees to comply with all public records laws, specifically to:

Keep and maintain public records required by the City in order to perform the service;1. The timeframes and classifications for records retention requirements must be in

accordance with the General Records Schedule GS1-SL for State and Local GovernmentAgencies. (Seehtto://dos.dos.state.fus/library-archives/records-management/general-records-schedules/).

2. During the term of the contract, the Contractor shall maintain all books, reports and recordsin accordance with generally accepted accounting practices and standards for records directlyrelated to this contract. The form of all records and reports shall be subject to the approval ofthe City.

3. Records include all documents, papers, letters, maps, books, tapes, photographs, films,sound recordings, data processing software, or other material, regardless of the physicalform, characteristics, or means of transmission, made or received pursuant to law orordinance or in connection with the transaction of official business with the City.Contractor's records under this Contract include but are not limited to,supplier/subcontractor invoices and contracts, project documents, meeting notes, emailsand all other documentation generated during this Agreement.

4. The Contractor agrees to make available to the City, during normal business hours all booksof account, reports and records relating to this contract.

5. A Contractor who fails to provide the public records to the City within a reasonable timemay also be subject to penalties under Section 119.10, Florida Statutes.

Upon request from the City's custodian of public records, provide the public agency with a copyof the requested records or allow the records to be inspected or copied within a reasonable time ata cost that does not exceed the cost provided in this chapter or as otherwise provided by law.

Page 10 of 21

Contract #20180150

Crime Scene Laboratory Renovations

Ensure that public records that are exempt or confidential and exempt from public recordsdisclosure requirements are not disclosed except as authorized by law for the duration of thecontract term and following completion of the contract if the contractor does not transfer therecords to the City.

Upon completion of the contract, transfer, at no cost to the City, all public records in possessionof the Contractor, or keep and maintain public records required by the City to perform the service.If the Contractor transfers all public records to the City upon completion of the contract, theContractor shall destroy any duplicate public records that are exempt or confidential and exemptfrom public records disclosure requirements. If the Contractor keeps and maintains public recordsupon completion of the contract, the Contractor shall meet all applicable requirements for retainingpublic records. All records stored electronically must be provided to the City, upon request fromthe City's custodian of public records in a format that is compatible with the informationtechnology systems of the City.

IF THE CONTRACTOR HAS QUESTIONS REGARDING THEAPPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THECONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATINGTO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLICRECORDS AT:

CITY CLERK121 SW Port St. Lucie Blvd.Port St. Lucie, FL 34984(772) 871 [email protected]

SECTION XVICLEANING UP

The Contractor shall, during the performance of this Contract, remove and properly dispose ofresulting dirt and debris, and keep the work area reasonably clear. Upon completion of the work,Contractor shall remove all of Contractors' equipment and all excess materials, and put the workarea in a neat, clean, sanitary and safe condition.

SECTION XVIIINSPECTION AND CORRECTION OF DEFECTS

In order to determine whether the required material has been delivered or the required workperformed in accordance with the terms and conditions of the Contract documents, the ProjectManager shall make inspection as soon as practicable after receipt from the Contractor of a Noticeof Performance or delivery ticket. If such inspection shows that the required material has been

Page 11 of 21

Contract #20180150

Crime Scene Laboratory Renovations

delivered and required work performed in accordance with terms and conditions of the Contractdocuments and that the material and work is entirely satisfactory, the Project Manager shallapprove the invoice when it is received. Thereafter the Contractor shall be entitled to payment, asdescribed in Section VI. If, on such inspection the Project Manager is not satisfied, he shall aspromptly as practicable inform the parties hereto of the specific respects in which his findings arenot favorable. Contractor shall then be afforded an opportunity to correct the deficiencies sopointed out at no additional charge to the City, and otherwise on terms and conditions specified bythe Project Manager. Such examination, inspection, or tests made by the Project Manager, shallnot relieve Contractor of its responsibility to remedy any deviation, deficiency, or defect.

Authority - The Contractor(s) are hereby informed that City inspectors are not authorized to alter,revoke, enlarge, or relax the provisions of these specifications. They are not authorized to approveor accept any portion of the completed work, or instructions contrary to the specifications. Aninspector is placed on the project (or sent to the location of materials) to inspect materials beingused in the work and to observe the manner in which the work is being performed and to reportthe progress of the work to the City. The inspector shall have the authority to reject defectivematerials or suspend any work that is being improperly done subject to the final decision of theCity.

Notification - The Contractor(s) shall be responsible to give twenty-four (24) hour notification tothe City, when field observations are required.

Defective Work - All work and/or materials not meeting the requirements of these specificationsshall be deemed as defective by the City, and all such work and/or material, whether in place ornot, shall be removed immediately from the site of the work. All rejected materials that have beencorrected shall not be used until the City has issued written approval to the Contractor(s). Withoutunnecessary delay and without any additional cost to the City, all work that has been rejected shallbe remedied or removed and replaced in a manner acceptable to the City. If the Contractor(s) failsto promptly remove and properly dispose of rejected materials and/or work then replaces sameimmediately after being notified to do so, the City, or his/her designee, may employ labor toremove and replace such defective work and/or materials. All charges for replacement of defectivematerials and/or work shall be charged to the Contractor(s) and may be deducted from any moneysdue to the Contractor(s) or his Surety.

Repair or Replacement - Should any defect appear during the warranty period, the Contractor(s)shall, at their own expense, have repaired or replaced such item upon receipt of written noticefrom the City of said defect. Said repair or replacement must be accomplished within fourteen(14) calendar days after receipt of notification from the City of the defect.

Deductions - In the event the City deems it expedient to perform work which has not been doneby the Contractor(s) as required by these Specifications, or to correct work which has beenimproperly and/or inadequately performed by the Contractor(s) as required in theseSpecifications, all expenses thus incurred by the City, in the City's option, will be invoiced to theContractor(s) and/or may be deducted from payments due to the Contractor(s). Deductions thusmade will not excuse the Contractor(s) from other penalties and conditions contained in theContract.

Page 12 of 21

Contract #20180150

Crime Scene Laboratory Renovations

SECTION XVIIIADDITIONALREQUIREMENTS

In the event of any conflict between the terms and conditions, appearing on any purchase orderissued relative to this Contract, and those contained in this Contract and the Specifications hereinreferenced, the terms of this Contract and Specifications herein referenced shall apply. If there isa conflict between the Contract and specifications, the Contract will control.

The City shall be listed as an original owner on all manufacturers' war ranties, if any, for materialsand services.

Implied Warranty of Merchantability- It is understood that the implied warranty ofmerchantability and fitness for the specified purpose are not disclaimed not withstanding anyrepresentation to the contrary.

Warranty and Guarantee - All products furnished by the Contractor(s) shall be supplied withall warranties and guarantees of the manufacturer. All products must be warranted by theContractor to be free of defects in workmanship and material for a period of not less than 1 year;said period to commence upon the date products are installed, or accepted by the City and finalpayment has been made to the Contractor, whichever last occurs.

Miscellaneous Testin g - The Contractor must a gree to reimburse the City for any ex penditureincurred by the City in the process of testing products supplied by the Contractor if said productsprove to be defective and/or in other manners not in compliance with the specifications.Expenditures as defined therein shall include, but not limited to, the replacement value of productsdestroyed in testing, the cost paid by the City to testing laboratories and other entities utilized toprovide tests, and the value of labor and materials expended by the City in the process of conductingthe testing. Reimbursement of charges as specified herein shall not relieve the Contractor fromother remedies.

City's Public Relations Image - The Contractor's personnel shall at all times handle complaintsand any public contact with due regard to the City's relationship with the public. Any personnel inthe employ of the Contractor involved in the execution of work that is deemed to be conductinghim/her self in an unacceptable manner shall be removed from the project at the request of the CityManager.

Dress Code- All personnel in the employ of the Contractor(s) shall be appropriately attired.Employees engaged in the course of work shall wear company uniforms neat and clean inappearance, readily identifiable to all City employees and the public. No tee shirts with obscenepictures or writings will be allowed. Swimsuits, tank tops, shorts and sandals are also prohibited.Safety toed shoes shall be worn at all times.

Patent Fees, Royalties, and Licenses - If the Contractor requires or desires to use any design,trademark, device, material or process covered by letters of patent or copyright, the Contractor andhis surety shall indemnify and hold harmless the City from any and all claims for infringement in

Page 13 of 21

Contract #20180150

Crime Scene Laboratory Renovations

connection with the work agreed to be performed. The Contractor shall indemnify the City fromany cost, expense, royalty or damage which the City may be obligated to pay by reason of anyinfringement at any time during the prosecution of or after completion of the work.

Cooperative Purchasing Agreement- This contract may be expanded to include othergovernmental agencies provided a cooperative Purchasing Agreement exists or an Inter-LocalAgreement for joint purchasing exists between the City and other public agencies. Contractors mayagree to allow other public agencies to contract with them for the same items at the same terms andconditions as this bid, during the period of time that this bid is in effect. Each political entity willbe responsible for execution of its own requirements with the Contractor.

Discrepancies- If, in the course of performing work resulting from an award under thisspecification, the Contractor finds any discrepancy between the area defined in these specificationsand the actual area where work is being performed, the Contractor shall discontinue work on thesubject area and inform the Project Manager of the discrepancy. The Contractor shall thereafterproceed as authorized by the Project Manager who will document any modification to thesespecifications that he authorized in writing as soon as possible.

Permission to Use - The Contractor(s) shall permit any portion of the new work, which is insuitable condition, to be used by the City for the purpose for which it was intended, provided suchuse does not hinder or make more expensive the work still to be done by the Contractor(s).

Contractual Relations - The Contractor(s) are advised that n othing contained in the contract or

specifications shall create any contractual relations between the City and subcontractors of theContractor(s).

Labor and Equipment - The Contractor(s) shall utilize experienced help who are thoroughlycapable of performing the work assigned to them. The Contractor(s) shall utilize proper equipmentin good repair to perform assigned work. Failure on the part of the Contractor(s) to furnish suchlabor or equipment shall be sufficient cause for annulment of any award resulting from thesespecifications. Only equipment designed for performance of work described herein will beacceptable for operation. The equipment used must be in good operating condition at all times.

Storage and Stockpiling - All storage or stockpiling of tools or material (i.e., lumber, pilings,etc.) shall be limited to uplands. Excess lumber, scrap wood, trash, garbage or other types of debrisshall be removed from the project site upon the completion of the work.

Florida Produced Lumber - N/A

Erosion and Sediment Control - The Contractor is responsible for all erosion and sedimentcontrol in accordance with all local, State and Federal regulatory agency guidelines.

Water Resources - The Contractor shall not discharge without permit into waters of lakes, rivers,canals, waterways and ditches, any fuel, oils, bitumens, garbage, sewage, or other materials whichmay be harmful to fish, wildlife, or vegetation, or that may be detrimental to outdoor recreation.The Contractor shall be responsible for investigating and complying with all applicable Federal,

Page 14 of 21

Contract #20180150

Crime Scene Laboratory Renovations

State and local laws and regulations governing pollution of waters. All work under this Contractshall be performed in such manner that objectionable conditions will not be created in watersthrough or adjacent to the project areas.

Native Vegetation - No Native Vegetation shall be removed without written authorization andprior approval of the City.

Sanitary Conditions - The Contractor(s) shall be responsible to provide and maintain in a neatand sanitary condition such accommodations for the use of employees as may be necessary tocomply with the regulations of the County Board of Health or other bodies having jurisdiction.Contractor(s) shall commit no public nuisance.

Access to Work - The Contractor(s) shall be responsible to permit the City, its inspectors, andother authorized representatives of the City to have access to all parts of the work, and to allmaterials intended for use in the work, and to all factories where such materials are manufactured,at all times. The above designated City personnel shall be permitted during said access to removematerials and make such inspections, as they deem necessary. Materials submitted for approvalwill be inspected and passed upon as promptly as practical as will work in progress. However,failure to reject defective work at the time it is done and/or failure to reject materials shall in noway prevent rejection at any time prior to final acceptance of the work authorized by the City.

Foreman or Superintendent and Workmen - The Contractor(s) shall at all times during progressof the work, have on site a competent foreman or superintendent with authority to act for him andto cooperate with the City and/or his/her designee. The Contractor(s) shall provide competent,careful and reliable workmen engaged on special work, or skilled work, such as concrete bases,pavements, or structures, or in any trade, with sufficient experience in such work to perform itproperly and satisfactorily and to operate the equipment involved. Provide workmen that shallmake due and proper effort to execute the work in the manner prescribed in the ContractDocuments.

It is prohibited as a conflict of interest for a Contractor to subcontract with a consultant to performContractor Quality Control when the consultant is under contract with the City to perform work onany project described in the Contractor's contract with the City. Prior to approving a consultant forContractor Quality Control, the Contractor shall submit to the City a certificate from the proposedconsultant certifying that no conflict of interest exists.

Adjustments - The Contractor(s) shall be responsible to arrange with utility companies for anyadjustment necessary. The Contractor(s) shall also be responsible to identify, and avoid damage toall utilities (publicly and privately owned) within the area where work is being performed.

Damages - The Contractor(s) shall be responsible for the charge and care of all work from damageby the elements or from any cause whatsoever until contractor has been paid in full.

No claim for damages or any claim other than for an extension of time shall be made or assertedagainst the City by reason of any delays. Contractor shall not be entitled to an increase in theContract Price or payment or compensation of any kind from the City for direct, indirect,

Page 15 of 21

Contract #20180150

Crime Scene Laboratory Renovations

consequential, impact or other costs, expenses, or damages, including but not limited to, costs ofaccidental or inefficiency, arising because of delay, disruption, interference from any causewhatsoever, whether such delay, disruption, interference or hindrance be reasonable orunreasonable, foreseeable, or avoidable. Contractor shall be entitled only to extensions of theContract Time as sole and exclusive remedy for such delays, in accordance with and to the extentspecifically provided herein.

Damage to Property - The Contractor shall preserve from damage all property along the line ofwork, or which is in the vicinity of or is in any way affected by the work, the removal, or destructionof which is not called for by the plans. This applies to public and private property, public and privateutilities, trees, shrubs, crops, signs, monuments, fences, guardrail, pipe and underground structures,public highways, etc. Whenever such property is damaged due to the activities of the Contractor, itshall be immediately restored to a condition equal to or better than existing before such damage orinjury was done by the Contractor, and at the Contractor's expense. The Contractor's specialattention is directed to protection of any geodetic monument, horizontal, vertical or property corner,located within the limits of construction.

National Geodetic Vertical Datum 1929 (NGVD '29) or North American Vertical Datum1988 (NAVD '88) monuments shall be protected. If in danger of damage, notify:

Geodetic Information Center6001 Executive Boulevard

Rockville, MD 20852Attn: Maintenance Center (301) 443-8319

City of Port St. Lucie vertical or horizontal datum shall also be protected. In case ofdamage or if relocation is needed, notify:

City of Port St. LucieParks & Rec

121 SW Port St. Lucie BoulevardPort St. Lucie, FL 34984-5099 (772) 871-5175

SECTION XIXLICENSING

Contractor warrants that he possesses all licenses and certificates necessary to perform requiredwork and is not in violation of any laws. Contractor warrants that his license and certificates arecurrent and will be maintained throughout the duration of the Contract.

SECTION XXSAFETY PRECAUTIONS

Precaution shall be exercised at all times for the protection of persons, including employees,member of the public and property. The safety provisions of all applicable laws and building andconstruction codes shall be observed.

Page 16 of 21

Contract #20180150

Crime Scene Laboratory Renovations

Safety Data Sheets - Contractor is required to provide a copy of the Safety Data Sheets(SDS) for all chemicals used in the execution of their work. The SDS must be maintainedby the user agency.

Personal Protective Equipment (PPE) - All personnel are required to wear PPE in theprocess of the work including eye protection, hearing protection, respiratory protection asnecessary, gloves, approved safety boots with steel or composite toes, reflective vests andany other PPE as necessary for the work.

Safety Precautions - The Contractor shall erect and maintain all necessary safeguards forthe protection of the Contractor's employees and subcontractors, City personnel, and thegeneral public; including, but not limited to, posting danger signs, coned off vehicles,arrow boards and other warnings against hazards as is prudent and/or required by law toprotect the public interest. The Contractor's employees shall wear company uniforms,safety vests, safety boots and safety glasses. All damage, injury or loss to persons and/orproperty caused, directly or indirectly, in whole or in part, by the Contractor's employees,or subcontractor(s), or anyone directly or indirectly employed by said parties shall beremedied by the Contractor(s).

OSHA Compliance - Contractor must agree that the products furnished and applicationmethods will comply with applicable provisions of the Williams-Steiger OccupationalSafety and Health Act of 1970.

SECTION XXIASSIGNMENT

Contractor shall not delegate, assign or subcontract any part of the work required to be performedunder this Contract or assign any monies due Cont ractor hereunder without first obtaining thewritten consent of the City.

SECTION XXIITERMINATION, DELAYS ANDLIQUIDATEDDAMAGES

A. Termination for Breach of Contract. If the Contractor refuses or fails to deliver material asrequired and/or prosecute the work with such diligence as will insure its completion within thetime specified in this Contract, the City by written notice to the Contractor, may terminateContractor's rights to proceed. Upon such termination, the City may take over the work andprosecute the same to completion, by Contract or otherwise, and the Cont ractor and his suretiesshall be liable to the City for any additional cost incurred by it in its completion of the work. TheCity may also in event of termination obtain undelivered materials, by Contract or otherwise, andthe Contractor and his sureties shall be liable to the City for any additional cost incurred for suchmaterial. Contractor and his sureties shall also be liable to the City for liquidated damages for anydelay in the completion of the work as provided below. If the Contractor's right to proceed is soterminated, the City may take possession of and utilize in completing the work such materials,tools, equipment and facilities as may be on the site of the work and necessary therefore.

Page 17 of 21

Contract #20180150

Crime Scene Laboratory Renovations

B. Liquidated Damages for Delays. If material is not provided or work is not completed withinthe time stipulated in this Contract, including any extensions of time for excusable delays as hereinprovided, the Contractor shall provide to the City Two Hundred ($200.00) dollars as fixed, agreedand liquidated damages for each calendar day of delay until the work is completed. The Contractorand his sureties shall be jointly and severally liable to the City for the amount thereof.

C. Excusable Delays. The right of the Contractor to proceed shall not be terminated nor shall theContractor be charged with liquidated damages for any delays in the completion of the work ordelivery of materials due to: (1) any acts of the Federal Government, including controls orrestrictions or requisitioning of materials, equipment, tools or labor by reason of war, nationaldefense or any other national emergency, (2) any adverse acts of the City, (3) causes not reasonablyforeseeable by the parties at the time of the execution of the Contract that are beyond the controland without the fault or negligence of the Contractor, including but not restricted to, acts of God,acts of the public enemy, acts of another Contractor in the performance of some other Contractwith the City, fires, floods, epidemics, quarantine, restrictions, strikes, freight embargoes andweather of unusual severity such as hurricanes, tornadoes, cyclones and other extreme weatherconditions, and (4) any delay of any Subcontractor occasioned by any of the above mentionedcauses. However, the Contractor must promptly notify the City in writing within two (2) days ofthe cause of delay. If, on the basis of the facts and the terms of this Contract, the delay is properlyexcusable the City shall extend the time for completing the work for a period of time commensuratewith the period of excusable delay.

D. Termination by the City. The City may terminate this Contract with or without cause by givingthe vendor/Contractor thirty (30) day notice in writing. Upon delivery of said notice thevendor/Contractor shall discontinue all services in connection with the performance of thisContract and shall proceed to cancel promptly all related existing third party Contracts.Termination of the Contract by the City pursuant to this paragraph shall terminate all of the City'sobligations hereunder and no charges, penalties or other costs shall be due Contractor except forwork timely completed.

E. Termination for Insolvency. The City also reserves the right to terminate the remainingSERVICES to be performed in the event Gentile Construction LLC is placed either in voluntaryor involuntary bankruptcy or makes any assignment for the benefit of creditors.

SECTION XXIIILAW, VENUE AND WAIVER OF JURY TRIAL

This Contract is to be construed as though made in and to be performed in the State of Florida andis to be governed by the laws of Florida in all respects without reference to the laws of any otherstate or nation. The venue of any action taken to enforce this Contract shall be in St. Lucie County,Florida. The Parties to this Contract hereby freely, voluntarily and expressly, waive their respectiverights to trial by jury on any issues so triable after having the opportunity to consult with anattorney.

Page 18 of 21

Contract #20180150

Crime Scene Laboratory Renovations

SECTION XXIVREIMBURSEMENTFOR INSPECTION

The Contractor agrees to reimburse the City for any expenditures incurred by the City in theprocess of testing materials supplied by the Contractor against the specifications under which saidmaterials were procured, if said materials prove to be defective, improperly applied, and/or in othermanners not in compliance with specifications. Expenditures as defined herein shall include, butnot be limited to, the replacement value of materials destroyed in testing, the cost paid by the Cityto testing laboratories and other entities utilized to provide tests, and the value of labor andmaterials expended by the City in the process of conducting the testing. Reimbursement of chargesas specified herein shall not relieve the Contractor from other remedies provided in the Contract.

SECTION XXVAPPROPRIATION APPROVAL

The Contractor acknowledges that the City of Port Saint Lucie's performance and obligation topay under this Contract is contingent upon an annual appropriation by the City Council. TheContractor agrees that, in the event such appropriation is not forthcoming, the City may terminatethis Contract and that no charges, penalties or other costs shall be assessed.

SECTION XXVIATTORNEY'S FEES

If this matter is placed in the hands of an attorney for collection, or in the event suit or action isinstituted by the City to enforce any of the terms or conditions of the Contract, Contractor shallpay to the City, in such suit or action in both trial court and appellate court, the City's costs, andreasonable attorney's fees for the anticipated cost of collection and judgment enforcement.

SECTION XXVIICODE OFETHICS

Contractor warrants and represents that its employees will abide by any applicable provisions ofthe State of Florida Code of Ethics in Chapter 112.311 et seq., Florida Statutes, and Code of EthicsOrdinances in Section 9.14 of the City of Port St. Lucie Code.

SECTION XXVIIICOMPLIANCEWITHLAW, RULES & REGULATIONS

Contractor shall be held responsible for any violation of laws, rules, regulations or ordinancesaffecting in any way the conduct of all persons engaged in or the materials or methods used by it,on the Work. Contractor shall give all notices and comply with all laws, ordinances, rules,regulations and orders of any public authority bearing on the performance of the Work under thisContract. Contractor shall secure all permits, fees, licenses, and inspections necessary for theexecution of the Work, and upon termination of this Contract for any reason, Contractor shalltransfer such permits, if any, and if allowed by law, to the City.

Page 19 of 21

Contract #20180150

Crime Scene Laboratory Renovations

SECTION XXIXPOLICYOF NON-DISCRIMINATION

Contractor shall not discriminate against any person in its operations, activities or delivery ofservices under this Contract. Contractor shall affitniatively comply with all applicable provisionsof federal, state and local equal employment laws and shall not engage in or commit anydiscriminatory practice against any person based on race, age, religion, color, gender, sexualorientation, national origin, marital status, physical or mental disability, political affiliation or anyother factor which cannot be lawfully used as a basis for service delivery.

SECTION XXXSEVERABILITY

The Parties to this Contract expressly agree that it is not their intention to violate any public policy,statutory or common law rules, regulations, or decisions of any governmental or regulatory body.If any provision of this Contract is judicially or administratively interpreted or construed as beingin violation of any such policy, rule, regulation, or decision, the provision, sections, sentence,word, clause, or combination thereof causing such violation will be inoperative (and in lieu thereofthere will be inserted such provision, section, sentence, word, clause, or combination thereof asmay be valid and consistent with the intent of the Parties under this Contract) and the remainderof this Contract, as amended, will remain binding upon the Parties, unless the inoperative provisionwould cause enforcement of the remainder of this Contract to be inequitable under thecircumstances.

SECTION XXXIENTIRE CONTRACT

The written terms and provisions of this Contract shall supersede all prior verbal statements of anyofficial or other representative of the City. Such statements shall not be effective or be construedas entering into, or forming a part of, or altering in any manner whatsoever, this Contract orContract documents.

(Balance of page left intentionally blank)

Page 20 of 21

Contract #20180150

Crime Scene Laboratory Renovations

IN WITNESS WHEREOF, the parties have executed this contract, the day and year first abovewritten.

CITY OF PORT ST. LUCIE FLORIDA

Gentile Construction LLC

By:By:

City Purchasing Agent

(Authorized Representative of GentileConstruction)

State of: County of:

Before me personally appeared:(Please print)

Please check one:

Personally known

Produced Identification:(Type of identification)

and known to me to be the person described in and who executed the foregoing instrument, andacknowledged to and before me that executed said instrument for the purposes thereinexpressed.

(s/he)

WITNESS my hand and official seal, this day of , 2018.

Notary Signature

Notary Public State of

at Large.

My Commission Expires

(seal)

Page 21 of 21

Prepared By: Halley Fallon, BuyerProcurement Management Department

^t^S Lu^^eBoumleLTheJ'F_L^3498.5 09

Telephone: 772-344-4068 Fax: 772-871-7337Email: [email protected]

CITY OF PORT ST. LUCIECrime Scene Laboratory Renovations

Sealed Electronic(E Bid)

Crime Scene Laboratory Renovations

E-Bid #20180150

Page 1 of 38

Draft

Crime Scene Laboratory Renovations

CHECKLIST'1E-BID #20180150

Crime Scene, Laboratory Renovations

Name of Bidder: (-A-ENT LE- CARP .

This checklist is provided to assist bidders' in the preparation of their bid response. Included in this checklistare important requirements that are the responsibility of each Bidder to submit with their response in order tomake their bid response filly compliant. This checklist is only a guideline -- it is the responsibility of eachBidder to read and comply with the Invitation to Bid it its entirety.

J E-Bid Reply Sheet' Questionnaire #20180150 with proper signatures upload to DemandStar

1 5% Bid Security uploaded to DemandStar and mailed in within five (5) business days after the/ Opening or the bid shall be considered non-responsive,

V Copy of Insurance Certificate .n accordance with Section XI of the E-Bid documentsUploaded to DemandStar.

3 Copy of all required licenses and certifications to do work in the City of Port St. LucieUploaded to DemandStar.

3 Drug-Free Workplace Form uploaded to' DemandStar

3 Required forms: Reference Check Form? Contractor Code of Ethics, Contractor VerificationForm. All forms are to be uploaded to DemandStar

3 Required W-9 as per Section 1:13 uploaded to DemandStar

Copy of the Checklist uploaded to DemandStar

V Each Bid Addendum (when issued) is acknowledged on the E-Bid Reply Sheet/ Questionnaire#20180150

3 Have reviewed the Contract and accept all City Terms and Conditions

I3 All pricing has been mathematically reviewed and all corrections have been initialed

3 All price extensions and totals have been thoroughly checked

**This Form Should Be Returned with Your E-Bid Reply Sheet/ Questionnaire #20180150**

E-Bid #20180150

Pale 38 of 38

Final

Crime Scene Laboratory Renovations

E-Bid Reply Sheet/Questionnaire # 20180150Crime Scene Laboratory Renovations

GENTILE CARP.i

CITY, STATE, ZIP CODE: FL . 3'41 I

TELEPHONE NUMBER: ( ) 01514 520054a FAX NO. () ^{O\ . U.1\

CONTACT PERSON : 0sCAR O L'1, E-MAIL COWICGS

2. ORGANIZATIONAL PROFILE: (complete all appropriate information)

Is the firm incorporated?

-No If yes, in \'hz t state? CL01,1 DA

O5cAg. FRO-z+President

DA`CA4^11^ i-'^20Z N 1Vice President

Does firm have a drug-free workplace program? Yes

No (If no, is your company planning to implement sucl a program?

How many employees are living in the Treasure Coast Area? 1!

How many employees do you have available for this contract? 4iIs this firm claiming Local Preference under City ordinance 35.12? Yes ( ) No (mil

3. ADDENDUM ACKNOWLEDGMENT - Bidder acknowledges that the following addenda have been receivedand are included in its proposal/bid:. EE QTiA.GHi3L7

Addendum Niimber

Date Issued

4. VENDOR'S LIST - If your company offers commodities other than the one t 1) specified for this bid, and you wishto be put on the vendor's list, please contact Onvia.com at (800) 711-1712. Bid Tabulation Reports are advertised onthe City's Web Site at www.cityofpsl.com .

5. BID RESPONSE:

E-Bid #20180150

Lage 12 of 38

Final

Treasurer

I'V9' ,How ;long at present location: ('How long in present business: 1-1

Is firm a minority business? Yes ( ) No (XI

1. COMPANY NAME:

DIVISION OF:

PHYSICAL ADDRESS:

MAILING ADDRESS:

3 I Co()TU 'RTLE.' CA&

WESTPA.1-t-Ab.,o.G-4

)

GENERAL CONTRACTORS

GENTILE GORP.CGC 1 521 5081 TO: DATE: 07 2,b IS

REF: SID At 20IW t50 CZItAE rJCENE I oB 1^ orlO^s

FAx: 561.698.1398 PHONE: 954.520.0548

954.553.0375

ADDENDUM #1BID#20180150

Addendum Date: 05/22/18Bid Name: Crime Scene Laboratory Renovations

Please make the following changes/modifications to the subject bid:

itAdd the following to the scope of work

1. Remove existing noted doors at the telephone room and mechanical equipment room indicated on the revisdrawing A-1. Re-use existing frames and match hinge locations to new doors.Remove and reuse door hardware except for the hinges. Provide new hinges as specified.

2. Provide and install new 6' double 16 ga steel door to match existing sizes. Doors shall have a label conformito Florida Product Approval orIMiami Dade NOA for the location and wind load requirements as specifiedthe drawings.

3. Apply coatings and paint to doors and, frames per the specification for painting - color to match existing.4, Note miscellaneous changes to drawings for clarifications and locations of equipment.

NOTE: The bid opening date has not changed.

Instructions to Bidder:

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bidproposal/bid to be accepted.

0.F 0 2(,,i<z

20170

Page 1 of 1

Addendum Y

ADDENDUM #2BID #20180150

Addendum Date: 05/22/18Bid Name: Crime Scene Laboratory Renovations

Please make the following changes/modifications to the subject bid:

Please also add to the scope of work:

Number 2 of Addendum #1, we also needexisting doors.

the selected Bidder to provide door grills with insect screens to match the

NOTE: The bid opening date has: not changed.

Instructions to Bidder:

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bid orproposal/bid to be accepted.

O.F- 0-1.2p-s

20170

Pa ge 1 of 1

Addendum #

ADDENDUM #3BID # 20180150

Addendum Date: 06/13/18Bid Name: Crime Scene Lab Renovations

Please make the following changes/modifications to the subject bid:

NOTE: The bid opening date has' changed to June 25, 2018 at 3:00 pm.

Instructions to Bidder:

any addenda on the Bid Reply Sheet in order to have his/her bid or

O.F©7 2c' . 12

Each bidder must acknowledge receipt oproposal/bid to be accepted.

of 1

Addendum20170

Page

ADDENDUM #4BID # 20180150

Addendum Date: 06/25/18Bid Name: Crime Scene Lab Renovations

Please make the following changes/modifications to the subject bid:

NOTE: The bid opening date has' changed to July 11, 2018 at 3:30 pm.

Instructions to Bidder:

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bid orproposal/bid to be accepted.

O.F.07 . ti^Ig

20170

Page 1_ of 1

Addendum 4

ADDENDUM #5BID #20180150

Addendum Date: 06/26/18Bid Name: Crime Scene Laboratory Renovations

Please make the following changesmodfications to the subject bid:

NOTE: The bid opening date has not changed.

Instructions to Bidder:

There will be a second site visit held this Thursday, June 28, 2018 at 9 AM.

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bid orproposabbid to be accepted.

O. P.0-7 .10

Addendum20170

Page of 1

ADDENDUM #6BID #20180150

Addendum Date: 06127118Bid Name: Crime Scene Laboratory Renovations

Please see the attached pages for an updated drawing.

Each bidder must acknowledge receipt of',an;y addenda on the Bid Reply Sheet in order to have his/her bid

O. F.01 . 26 . 12

Please make the following changes/modifications to the subject bid:

NOTE: The bid opening date hasnotchanged.

Instructions to Bidder:

proposal/bid to be accepted.

20 170 Addendum

ADDENDUM #7BID # 20180150

Addendum Date: 07/11/18Bid Name: Crime Scene Lab Renovations

IPlease make the following changes/modifications to the subject bid:

NOTE: The bid opening date has changed to July 27, 2018 at 3:30 pm.

Instructions to Bidder:

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bid orproposal/bid to be accepted.

O.F.

0-7 -Do-l g

20170

Page 1 of 1

Addendum#

Crime Scene Laboratory Renovations

5.1 Bidder will 1 will not accept the Purchasing Card (Visa).(please circle one)

5.2 Percentage of discount when payment: is made with Visa: 0 %Please Note: The City has implemented a Purchasing Card Program. The Bidder can take advantage of this program and inconsideration receive payment within several days instead of the City's payment policy. Any percentage offthe bid price for theacceptance of Visa will be consideration in the bid award If no such percentage is given, the City shall assume zero (0) percentdiscount applies.

5.3 Bid Reply Lump Sum Total $55I• for Phase I and Phase II.(This figure must match the E-Bid Reply Sheet/ Questionnaire 4 20180150 and the figure that is to be used on the Demandstar webpage. Discrepancies between the E-Bid Reply Sheet, /Dueszionnaire 4 20180150 uploaded on DemandStar and the dollar amounts listedon the web page at time of submittal will be resolved in favor of the E-Bid Reply Sheet/Questionnaire 0 20180150 that is uploaded attime of submittal.)

Bidders are cautioned that the anticipated quantities used for this computation will be estimates. The City makes noguarantee as to the actual quantity that will be utilized during the Contract period. A unit price for each item shall beoffered shall be shown, and such price shall include packing and shipping unless otherwise specified. A total shall beentered in the "Total" column for each separate: item. In case of discrepancy between the unit price and the extendedprice, the unit price will supersede. The total amount shall be entered on line 5.3 above and entered on the Demandstarweb page. The City reserves the right to split the award, if in the City's opinion such a split is in the best interest of theCity.

The City reserves the right to split this award, if in the City's opinion such a split is in the best interest of theCity.

j1

6. INSURANCE CERTIFICATES LICENSE -idders are required, to submit a copy of their Insurance Certificatefor the type and dollar amount of insurance they currently maintain. Bidders are required to submit all licenses andcertifications required to perform this project.

t7. COMPLETION OFFORM - An authorized representative of the firm offering this Bid must complete this form inits entirety. Prices entered herein shall not'ibe subject to withdrawal or escalation by Bidder. The City reserves the right tohold proposals and bid guarantees for a period not to exceed ninety (90) calendar days after the date of the bid openingstated in the Invitation to Bid before awarding the Contract. Contract award constitutes the date that City Council executesthe motion to award the bid.

8. CONTRACT - Bidder agrees to comply with all requirements stated in the specifications for this bid.

9. List all subcontractors and major material suppliers for the project. Include scope of work, telephone numbers,and contact information. Include all license that allows them to perform the work. Insert additional lines ifnecessary.

E a1TA(--I-‘ ED

10. List three (3) commercial renovation projects similar to this Bid completed by your firm along with a briefdescription of project, location of project, client name, client phone number, email. and value of contract. yourfirm ' s percentage of the total contract value, as well as the number of change orders and the total change ordervalue.

E-13id 420130150

Page 13 of 33

Final

GENERAL CONTRACTORS

GENTILE CORP.CSC 1 521 508 TO: DATE: 07. 26

REF: 6lbTT1101'go 0 C421ME 5CE.NE 1 At3.gauovArOb

FAx: 561 .6B8.1398 PHONE: 954.520.0548

954.553.0375

Crime Scene Laboratory- Renovations

Project Number 1

Q.91 ' , (A' COWSreW Vin

c \oX .x-00 scA. ,^^• Ry\Ict ^.ln a-,:til)

Location: hnrnAAvvA- eeAA-e ►`L 2.315 5 . E.. Ok):,Imo rd .

Date of Completion: 12Q, Yv^ (1W17 ,^"O`

Prime Contractor or Subcontractor: 4k^^ME1UC •

Client Name, Phone Number & Email:L\' R. INNA (QVJ- (17z. vi t • 7 b'2 )

Value of Total Contract: A56,5o

Firm ' s Percentage of Total Contract:

Number of Change Orders:

Value of Change Orders:

47 OOWas Project Completed on Schedule:

enWas Project Completed within Budget?

Project Number 2

Project Name: Pot:. c,e ()4.

^

,,Description: Rer orop

^'''po, Ro flrL^tT w0.1.1.

bl,QU:Jo ann cR.-lireNOorn tk e.o

Location: I.I.,A-tcU12'NA.- (J LOU.

Date of Completion:- KVA., ^ttV-°

t

Prime Contractor or Subcontractor: (g tmE , et ,c•

Client Name, Phone Number & Email: A R\ \ ^R-M(\ Le.R. (11 ^j ^ 7 1• 5tz3

Number of Change Orders:

0Value of Change Orders:

0

Was Project Completed on Schedule:

Was Project Completed within Budget?

Project Number 3

Project Name:

Description:

Value of Total Contract:

Firm's Percentage of Total Contract: (4 /o

Crime Scene Laboratory Renovations

Location: 115 W PN;, W, Vn c'±c r3-Af01POWSov,tAi1 tDate of Completion: N.Okr. SO 11 (a

Prime Contractor or Subcontractor: 2.lm . a.C. .

Client Name, Phone Number & Email:bay . - ,11 2 ' 91 01 . 3380Value of Total Contract: ()'oop ,

Firm's Percentage of Total Contract:

-70%Number of Change Orders:

0Value of Change Orders:

0Was Project Completed on Schedule: :

iWas Project Completed within! Budget?

U ^p

11.

Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put intoreceivership?

Yes ( )

i No (,><

12.

List any lawsuits pending or completed within the past five (5) years involving the corporation, partnership or individualswith more than ten percent (10%) interest:

(N/A is not an acceptable answer - insert lines if needed)

13. List any judgements from lawsuits in the last five (Sears:

(N/A is not an acceptable answer - insert lines if needed)

14. List any criminal violations andor convictions of the Proposer and/or any of its principals:NINE

(N/A is not an acceptable answer - insert lines if needed)

15. CERTIFICATIONThis bid is submitted by: I (print) 05CA.1Z am an officer of the above firm duly authorizedto sign bids and enter into Contracts. I certify that this bid is made without prior understanding, Contract, or connection with anycorporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and withoutcollusion or fraud. I understand collusive bidding is a violation of State and Federal law and can result in fines, prison sentences,and civil damage awards. I a gree to abide by all conditions of this bid.

Bidder has read and accepts the terms and conditions of the City's standard Contract:

O/_wdn FSignature

.ES\bE4.1 iTitle

If a corporation renders this Bid, the corporate seal attested by the secretary shall be affixed below. Any agent signingthis Bid shall attach to this form evidence of legal authority.

(seal)

E-Bid X20180150

Page 15 of 38

Final

Crime Scene Laboratory Renovations

CITY OF PORT ST LUCIE121 SW Port St. Lucie BoulevardPort St. Lucie, Florida, 34984772-871-5223

REFERENCE CHECK FORMBidder Instructions: Fill out top portion only.

(Please print or type)Bid Number: 20180150

Title: Crime Scene Laboratory Renovations

Bidder/Respondent: (7E.KI►tiLECoPo./ 03c.AR Gl^ l

Reference: .

% 0 CvutX'A

ZOsk-kI ftpt^vV^

Fax #:Email:

ei

G,,! ,

Telephone #: Cj^o^•-1°101-Alto1Person to ^ tact: 70Q.IN14•L

` VA A

Reference Instructions: The above Bidder has given your name to the City of Port St. Lucie as a reference.Please complete the information below and fax within five (5) days to 772-871-7337.

Describe the scope of work of the contract awarded by your firm to this Contractor.

What manufacturer's product was used?

Was the project completed on time and within budget?

What was the project completion date?

How many projects has this vendor completed for you within the past 5 years?

What problems were encountered (claims)?

How many change orders were requested by this Contractor?

How would you rate the Contractor on a scale of low (1) to high (10) for the following?

Professionalism Final ProductQualifications CooperationBudget Control Reliability

Would you contract with this Contractor again? Yes [ ]

No [ ]

Maybe

[ ]

Comments:

Thank you.

For OMB Use OnlyReference CheckedClerk Checked

E-Bid #20180150

Pa g e 34 of 38

Final

Crime Scene Laboratory Renovations

DRUG-FREE WORKPLACE FORM

The undersigned vendor in accordance with Section 287.087, Florida Statutes hereby certifies thatGEW'LEColzp. does:

(Name of Business)

1. Publish a statement notifying employees that the unlawful manufacture, distribution,dispensing, possession, or use. of a controlled substance is prohibited in the workplace andspecifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy ofmaintaining a drug-free workplace, any available drug counseling, rehabilitation, and employeeassistance programs, and the penalties that may be imposed upon employees for drug abuseviolations.

3.

Give each employee engaged in providing the commodities or Contractual services that areunder bid a copy of the statement specified in subsection (1).

4. In the statement specified in subsection (1), notify the employees that, as a condition of workingon the commodities or Contractual services that are under bid, the employee will abide by theterms of the statement and will notify the employer of any conviction of, or plea of guilty ornolo contendere to, any violation of Chapter 893 or of any controlled substance law of theUnited States or any state, fora violation occurring in the workplace no later than five (5) daysafter such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance orrehabilitation program if such is available in the employee's community, by any employee whois so convicted.

6.

Make a good faith effort to continue to maintain a drug-free workplace through implementationof this section.

As the person authorized to sign the statement, I certify that this fimt complies fully with the aboverequirements.

ture

E-Bid F20180150

Page 35 of 38

Final

012

Crime Scene Laboratory Renovations

CONTRACTOR CODE OF ETHICS

E-BID #2018010Crime Scene Laboratory Renovations

The City of Port St Lucie ("City), through its Procurement Management Department ("PMD") is committed to a procurement process that fostersfair and open competition, is conducted under the highest ethical standards and enjoys the complete confidence of the public. To achieve thesepurposes, PMD requires each Contractor who seeks to do business with the City to subscribe to this Contractor Code of Ethics.

♦ A Contractor's bid or proposal will be competitive, consistent and appropriate to the bid documents.

♦ A Contractor will not discuss or consult with other Contractors intending to bid on the same contract or similar City contract for the purpose oflimiting competition. A Contractor will not make any attempt to induce any individual or entity to submit or not submit a bid or proposal.

♦ Contractor will not disclose the terms of its bids or proposal, directly or indirectly, to any other competing Contractor prior to the bid or proposalclosing date.

♦ Contractor will completely perform any contract awarded to it at the contracted price pursuant to the terms set forth in the contract.

♦ Contractor will submit timely, accurate and appropriate invoices for goods and/or services actually performed under the contract.

s

Contractor will not offer or give any gift, item or service of value, directly or indirectly, to a City employee, City official, employee familymember or other vendor contracted by the City. I

♦ Contractor will not cause, influence or attempt to cause or influence, any City employee or City Official, which might tend to impair his/herobjectivity or independence of judgment; or to use, or attempt to use, his/her official position to secure any unwarranted privileges or advantagesfor that Contractor or for any other person.

♦ Contractor will disclose to the City any directorindirect personal interests a City employee or City official holds as it relates to a Contractorcontracted by the City.

♦ Contractors must comply with all applicable laws, codes or regulations of the countries, states and localities in which they operate. This includes,but is not limited to, laws and regulations relating to environmental, occupational health and safety, and labor practices. In addition, Contractorsmust require their suppliers (including temporary labor agencies) to do the same. Contractors must conform their practices to any publishedstandards for their industry. Compliance with laws, reaulations and practices include, but are not limited to the followin g.

o Obtaining and maintainin g all required environmental permits. Further, Contractor will endeavor to minimize natural resource consum ptionthrough conservation. recyclin g and substitution methods.

o Providin g workers with a safe workin g environment. which includes identifying and evaluating workplace risks and establishin g processesfor which employee can report health and safety incidents, as well as providin g adequate safety trainin g .

o Providing workers with an environment free of discrimination, harassment and abuse, which includes establishing a writtenantidiscrimination and anti-bullvina'harassment policy, as well as cleat-Iv noticed policies pertainin g to forced labor. child labor. wa ge andhours, and freedom of association.

DISCLAIMER: This Code of Ethics is intended as a reference and procedural guide to Contractors. The information it contains should

not be interpreted to supersede any law or regulation, nor does it supersede the applicable Contractor contract. In the case of any

discrepancies between it and the law, regulation(s) and/or Contractor contract, the law, regulatory provision(s) and/or Contractor contract

shall prevail.

Name of Organization/Proposer

Signature

Printed Name and Title

Date L vo 2,01$

E-Bid #20180150

Page 36 of 38

Final

Crime Scene Laboratory Renovations

CITY OF PORT ST. LUCIE, FLORIDAE-BID #20180150

Crime Scene Laboratory Renovations

CONTRACTOR VERIFICATION FORM

THE FOLLOWING IS TO BE COMPLETED BY PRIME BIDDER:

Name of Firm: ^Eh1TILECoVZ?`

Corporate Title: P12E.^11DE1,1T

Address: 3160 TUC2.TLE COLIC,tVJEz-iC \1..LM ^EpG}-1

PL.334n(Zip Code)

OSc^.R Tizo-? I N

(Print name) (Print title)Bv:

(Authorized Signature

Telephone:

( ) 1154 y2O 054 8

Fax:

(

) 6111 i 101

State License #

CGCI52.150''8 (ATTACH COPY)

County License # (ATTACH COPY)

City License: (ATTACH PROOF OF REGISTRATION WITH THE CITY)

Type of License: RE.GC151ATOti1 W^ ^IS^LpIl^1C^E)1DT.

Unlimited

If "NO", Limited to what trade?

E-Bid #20180150

Page 37 of 38

Final

Form W"9(Rev. Cctc.her 2001)

alti'sk^.t

^-e T: rsrY.n rrat Steams Seat.:

Request for Taxpayer

Identification Number and Certification

Give form to therequester. Do notsend to the IRS.

Check app ropriate box: it ivi 5ialtSeie proprietor 5?l Cmpnraiion Peerenthip

L:mate :iat:Say corrpa nty. En ter tee tax CIS<.;fc tl a (D-duragesidid antis. C =crap-eniiicn, P' petrterhipi ►

LAS Crete are r-steidees)A!rif,:sc r+t ntra.< <+r^ath tfaiS .^.± S sitQ rr i

, -,:=.x '3160 Turtle Cove

ar-c,,•:.,r+ 71p , r„ 1,,,' kitlest Palm Beach, Fl. 33411

q ` t it eerie et nere-artaih-atiT'areretatUS

Taxpayer identification Number (TIN)

Eater your TiN in the appropriate cox, The TlN provides must match the name given on tine 1 to avoidbackup withholding. For individuals, this is your social security number (SSN). However. for a residentalien, sole proprietor, or disregarded entity, see the Part !i instructions on page 3. For other entities, it isyour employer identification number (EN). If you do not have a number, see How to get a TIN on page 3.

Note. If the accouri is in more than one nano, see the chart on page 4 for guidelines on whosenumber to enter.

Certification

Under penaities of perjury, i certify that:1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and2. I am not s:.inject to backup withholding because: (a) I am exem pt from backup withholding, or (b) I have not been notified by the Internal

Revenue Service (RS) that am subject to backup tsithhotding as a result of a failure to report all interest or dividends, or (C) the IRS teasnotified me that I am no longer subject to backup withholding, and

3. I am a U.S. citizen or other U.S. person (defined below).Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backupwithholding because you have failed to report all interest and dividends on your tax return, For real estate transactions. item 2 does not apply,For mortgage interest paid, acquisition or abandonment of secured property. cancellation of debt, contributions to art individual retirementarrangement tOR4), and generally, payments other than interest and dividends, you are not required to sign the Certification, but you mustprovide your correct TIN. See the instructions on page 4.

04103/2017

`Ca.ty

Ct

i.rte. t Bcxin£SSrattle. if 'ktfe renta tC ic i -

a0T'- V

Marna (as ahcavnonyourincome tax return)

Gentile Corp.

tout

s name and a:;ate,s

Ext.,, p.tpayee

cprloraij

Partnrenl anr„-ttr nt,nthnr

ormrrlnvrr tdr.ntfrzr'tirm nzr^ntznr

46-1976266

Part I

General InstructionsSection references are to the internal Revenue Coda unlessotherwise noted.

Purpose of FormA person who is required to file an information return' with theIRS must obtain your correct taxpayer identification number (TIN)to report, for example. income paid to you, real estatetransactions, mortgage interest you paid, acquisition orabandonment of secured property. cancellation of debt, orcontributions you made to an IRA.

Use Form W-9 only if you are e U.S. person (including aresident alien), to provide your correct TiN to the personrequesting it (the requester) and, when applicable, to:

1. Certify that the TIN you are giving is correct (or you arewaiting for a number to be issued),

2. Certify that you are net subject to backup wtthne-idir;g, or3. Claim exem ption from backup ww ithhoiding if you are a U.S.

exempt payee. if applicable, you are also certifying that as aU.S, person, your ailoca ,le share of any partnership ncome froma U.S. trade or usiness is not subject to the withhoiding tax onforeign partners' share cf effectively connected income.Note. if a requester goes you a fora ether than Form W-9 torequest your TIN, you must use the requester's form if it issubstantially similar to this Form W-9.

Definition of a U.S. person. For federal tax purposes, you areconsidered a U.S. person if you are:• An individual who is a U.S. citizen or U.S. resident alien,• A partnersnip, corporation, company, or association created ororganized in the United States or under the laws of the UnitedStates,• An estate (wear than a foreign estate), or• A domestic trust (as defined in Regulations section301.7701-7),Special rules for partnerships. Partnerships that conduct atrade or business in the United States are generally required topay a withholding tax on any foreign partners' share of incomefrom such business. Further, in certain cases where a Form W-9has not been received, a partnership is required to presume thata partner is a foreign person, and pay the w thholding tax.T'herefore, if you are a U.S. person that is a partner in aPartnershi p conducting a trade . business in the tinted States.provide Form W-9 to the partnership to establish your U.S.status and avoid withholding on your share of partnershipincome_

The pe rscn who gives Form W-9 to the partnership forr' rpoees of establishing its U.S. status and avoiding with;-aidingon its allocable share of net income from the partnershipconducting a trade or business in the United States is in thefollowing cases:• The U.S. owner of a disregarded entity and not the entity,

Cat. Na. 10231X

Form W-9 (Rev. 10 2007)

pirevious Page

Next Paga

Print

Form W-9 (Rev. 10 .2007)

• The U.S. grantor or other owner of a grantor trust and not thetrust, andE The U.S. trust (other than a grantor trust) and not thebeneficiaries of the trust.

Foreign person. If you are a foreign person, do not use FormW-9. Instead, use the appropriate Form W-8 (see Publication515, Withholding of Tax on Nonresident Aliens and ForeignEntities)..

Nonresident alien who becomes a resident alien. Generally,only a nonresident alien individual may use the terms of a taxtreaty to reduce or eliminate U.S. tax on certain types of income.However, most tax treaties contain a provision known! as a"saving clause." Exceptions specified in the saving clause maypermit an exemption from tax to continue for certain types ofincome even after the payee has otherwise become a U.S.resident alien for tax purposes.

If you are a U.S. resident alien who is relying on art exceptioncontained in the saving clause of a tax treaty to claim; anexemption from U.S. tax on certain types of income, you mustattach a statement to Form W-9 that specifies the following fiveitems:

1. The treaty country. Generally, this must be the same treatyunder which you claimed exemption from tax as a nonresidentalien.

2. The treaty article addressing the income.3. The article number (or location) in the tax treaty that

contains the saving clause and its exceptions.

4. The type and amount of income that qualifies for theexemption from tax.

5, Sufficient facts to justify the exemption from tax under theterms of the treaty article.

Example. Article 20 of the U.S.-China income tax treaty allowsan exemption from tax for scholarship income received by aChinese student temporarily present in the United States. UnderU.S. law, this student will become a resident alien for taxpurposes if his or her stay in the United States exceeds 5calendar years. However, paragraph 2 of the first Protocol to theU.S.-China treaty (dated April 30, 1984) allows the provisions ofArticle 20 to continue to apply even after the Chinese studentbecomes a resident alien of the United States. A Chinesestudent who qualifies for this exception (under paragraph 2 ofthe first protocol} and is relying on this exception to claim anexemption from tax on his or her scholarship or fellowshipincome would attach to Form W-9 a statement that includes theinformation described above to support that exemption.

if you are a nonresident alien or a foreign entity not subject tobackup withholding. give the requester the appropriatecompleted Form W-8.

What is backup withholding? Persons making certain paymentsto you must under certain conditions withhold and pay to the:RS 28% of such payments. This is called "backup withholding."Payments that may be subject to backup withholding includeinterest, tax-exempt interest, dividends, broker and barterexchange transactions, rents, royalties, nonemployee pay, andcertain payments from fishing boat operators. Real estatetransactions are not subject to backup withholding.

You will not be subject to backup withholding on paymentsyou receive if you give the requester your correct TIN, make theproper certifications : and report all your taxable interest anddividends on your tax return.

Payments you receive will be subject to backupwithholding if:

1 You do not furnisn your TIN to the requester,

2 You do not certify your TIN when reauired (see the Part itinstructions on page 3 for details),

3 The IRS foils the requester that you furr, shed an incorrectTlN.

page 2

4, The IRS tells you that you are subject to backupwithholding because you did not report all your interest anddividends on your tax return (for reportable interest anddividends only), or

5. You do not certify to the requester that you are not subjectto backup withholding under 4 above (for reportable interest anddividend accounts opened after 1983 only).

Certain payees and payments are exempt from backupwithholding. See the instructions below and the separateinstructions for the Requester of Form W-9,

Also see Special rules for partnerships on page 1.

PenaltiesFailure to furnish TIN. If you fail to furnish your correct TIN to arequester, you are subject to a penalty of $50 for each suchfailure unless your failure is due to reasonable cause and not towillful neglect.

Civil penalty for false information with respect towithholding. if you make a false statement with no reasonablebasis that results in no backup withholding, you are subject to a$500 penalty.

Criminal penalty for falsifying information. Willfully falsifyingcertifications or affirmations may subject you to criminalpenalties including fines and/or imprisonment.

Misuse of TINs. if the requester discloses or uses TiNs inviolation of federal taw, the requester may be subject to civil andcriminal penalties.

Specific InstructionsNameIf you are an individual, you must generally enter the nameshown on your income tax return. However, if you have changedyour last name, for instance, due to marriage without informingthe Social Security Administration of the name change, enteryour first name, the last name shown on your social securitycard, and your new last name.

if the account is in joint names, list first, and then circle, thename of the parson or entity whose number you entered in Part Iof the form.

Sole proprietor, Enter your individual name as shown on yourincome tax return on the "Name" line. You may enter yourbusiness, trade, or "doing business as (DBA)" name on the"Business name" line.

Limited liability company (LLC)• Check the "Limited liabilitycompany" box only and enter the appropriate coda for the taxclassification CD" for disregarded entity, "C" for corporation, "P"for partnership) in the space provided.

For a single-member LLC (including a foreign LLC with adomestic owner) that is disregarded as an entity separate fromits owner under Regulations section 301.7701-3, enter theowner's name on the "Name" line. Enter the LLC's name on the"Business name" line.

For an LLC classified as a partnership or a corporation, enterthe LLC's name on the "Name" !ine and any business, trade, orDBA name on the "Business name" line.

Other entities. Enter your business name as shown on requiredfederal tax documents on the "Name" !lee. This name shouldmatch the name shown on the charter or other legal documentcreating the entity. You may enter any business, trade, or DBAname or the `Business name" line.

Note. You are requested to check the appropriate box for yourstatus findividuai soie proprietor, corporation, e ttc.).

Exempt PayeeIf you are exempt from backup et tithe: ding, enter yc-ur name asdescnbeo above anc checx the appropriate box for your status,men check the "Exempt payee" box in the line following thebusiness name. sign and date the form.

Previous Page Print

LIIS„try

^A- 4 +r`a.^±fyot!1.'^tt„Pi

EXPIRAT1Always verify licenses online at MyFloridaLicense.com

Do not alter this document in any form.

This is your license. It is unlawful for anyone other than the licensee to use this document.

CITY OF PORT ST. LUCIE

12321BUILDING DEPARTMENT

COMPUTER SERVICE MEMBER

EXPIRE: 9130118FROZINL, OSCARGENTILE CORP3160 TURTLE COVE

PALM

FL 33411 I

^

`

!i

P.O. Box 3353, West Palm Beach, FL 33402-3353

**LOCATED AT**vvww.pbctax.com Tel: (561) 355,2264

ANNE M. GANNON.. , .

. . _a

CONSTITUTIONAL TAXiCOLLrCTORSe'rvins Paint Beach County

Serving you.

3160 TURTLE COVEWEST PALM'.BEAGH, FL 33411

rVPE. pPUNSS

'aS .;b'oSt.'ritNe'RAL CONfraAetrin ..

. byMen ..

rRO.gNi Osc4a.

.

OEuTiFtOA. iONa

.

.

.

(.4CEIPT-111DATE PAID

"..

.

.

..

,'

i'iSlut.a .

This document is valid only when receipted by the Tax Collector's Office,

GENTILE CORPGENTILE CORP3160 TURTLE COVE STWEST PALM BEACH, FL 33411-6468

GENTILE CORP._..--

..FROZINI, OSCAR P

' --

3160 TURTLE COVE

WEST PALM BEACH FL 33411

.10 ,hriLit'Od'cuh'ational -Safefy ia-rid tiesitti Training Course.

ConstructlOn Safety and Health

Claudia Marie Cones

RICK GLEASON, Cif I, CSI'

4/6/20 I 8_„

_ __a_

..

(Trainer name -- print or type)

(Course end date)

i

,STATE OF FLORIDA

''''

'PALM BEACH en2017/2018 LOCAL USINES TAX RECEIPT

LBTR ,Number: 200704482EXPIRES: SEPTEMBER 30, 2018

This receipt grants the privilege of engaging in ormanaging any businoss profession or occupationwithin its jurisdiction and MUST be conspicuouslydisplayed at the place of business and in such amanner as to be open to the view of the public.

r

RECEIVED O -7/27/218 08:38

3163

GENTILE CORP

FrankCrum

7/27/2018

08:27 Page2;2

CERTIFICATEOF LIABILITY INSURANCE

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.

THIS CERTIFICATE OF INSURANCE DOES NOT CONSTTTUTE A CONTRACT BETWEEN THE ISSUING INSURER(Sj, AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT) If the certfllcata holder la an ADDITIONAL INSURED.tha poky (Las) must have ADDmONAL INSURED provisions or be endorsed. If SUBROGATION ISWAIVED, subject to the terms and conditions of the policy, certain policies may regLlre an endorsement. A statement on this certtflcata does not confer rights to thecerthlcate holder In II au of such endersernent(s).

PRODUCER CONTAC T NAME'

PHONE ;AC, No, EA::

lead) 277.1020 X 4050

FAX ho

Vol(72T) 7970704

F arkCrErn InsUranEE Ag ency, Inc. E,AAI- AOCREES

100 SEEM k1ISSOLE .A'denCe INSURONIS) AFFORDING COVERAGE

NAICO

Clearwater. FL 33756 IVSLRER A:

Frank Wlnstvn Crum Insurance Company 11600

INSURED iNS'JRER3:INSJRERC.

FrankCrum L'CiF Gentile Cerp. INSURER

100 Scutt) Missouri AvenueClearwater, FL 33756

INELPER E.

INSURER FCOVERAGES

CERTIFICATE NUMBER:

492137

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.NOTWfTHST AIDING ANY REQUIREMENT, TERM OR CONDITION CF ANN CONTRACT OR OTHER DOCUME.4T 'ACTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAYPERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCWSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAIMS.

1.albRLTN

TYPE OF IN6JRANCE.4'.OLNERD

bU?AVND POUCY Nt;NeER POLICY

FNR ENyry)

PDLI LV EXPNWDDisyn OMRs

rG.wE^2r ERL '£NA1L _A LPOf EACH CCCLR TTEYCE I

f

O.A,EID-ATOCE

II

IOC CLR?wnoe' ' aErmo%IYE

SEd Ea A

Eremal

Yee ESP "Any en.,R.l)

E RSCNAI 3 ADV IN.URY-

S

CcnL AG(3REDATE

^PLi;.11T

PL'E3 0ER CEtiERAL!e0PEGA'_ S

C.ETT

I_LE^ 'I

' 'RCDUCT`SCCMPeD?1GGO ,R

AUiOeHMILELIAatLITY _GNa1:ED

.LE LLYRa

-n1)

A'WAUTO

IaO_ILr iv.CRY .PE AAA, i

ERN[- ALTEsCnLV

7ChRLAeTErma AOCILY'RR Er ,Pe: acOdenn f

T IRED ALTOSi;riLV

SDNATA`iEJPULE GNLY

'I PREFER,

TA.'AAUEReE1•M{ _

UMBRELLA JAB ^CCCUi 11 Eh OCTREENCE

EXCESS L'AR CLhnus-E Ate AEEFIEGATE iOED

IRETENT1DR'S II, a

_

.-A

IVD.- TS O.C LEEYU.ATCN .ENS

eonLoEEa3'EABILRY

.f N+: JEECIEJDC'OO 01E1/2E13 01rOli<o1'D X

RERETAP'r_ I

Ono

Y PRCPR;ETCRPARTNER'EkECUEVEYY

ICF^CE?,tAF7JHE2 EXCL wEC'. NIA i =L Ef. TA000=NT s..^.'] . :AtNa,InaryNMI

yes. Asa neurEcr I fTEL . :JSEA CE-PA E VPLOYE_ L',..:'TO "0

ESCRP^CN _F CPERAICNS iiarCISE+3

POLICY UNIT s1.CT.coo

I

DESCRIPTION OF OPERATIONS I LOCAI1ONS I VEHICLES (ACCRO 101. AddIUDiai Remarks Schedule, may he alteoneo f more space La reeurreo)Effective 04/2 712 0 1 5, coverage Is for 1 C0'.u of the employees of FrankCrum leased to Gentile Corp. (went) for whcm the client Is reporting hours toFrankCrr m. Coverage is not extended to statutory employees.i

CERTIFiCATE HOLDER

CANCELLATION

SHCUL J ANY CF THE ABOVE DESCRIBED POLICIES 3E CAR E-ELIDED BEFORE THUEX.HATICK GATE THEREOF, 010112E '.'/LL 3E CELITEFOD IN ACCORDANCE 'A'; TH'HEFLEIOY EF.O`.ISIONS

City of Dart.St. LucePr Erement Management Department Au-HCwzeD REPR„r-sErtiairv_

121 SEA For; Saint Lucie RELiEvar7PEE Saint Luce, FL 3E984-5099

DATE (MMJDORYYYY)

07127;2013

ACORD 25 (2516103) The ACORD name and logo are registered marks of ACORD

ACORfY

lSdd-2016 ACORD CORPORATION. All rights reserved.

RECEIVED 07/27/2018 11:54

3160

GENTILE CUIH

Jul 27 2018 10:40AIN G.S. Insurance Services,S 561-296-1772

page 1

A^ D'

CERTIFICATE OF LIABILITY INSURANCEDATE (M WOO/STYE)

07/27/201 B

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW.

THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER

IMPORTANT: H 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 onthis certificate does not confer rights to the certificate holder In lieu of such endorsement(s).

mot:nett NAMEAGT

Melanie Shepherd

G. S. Insurance Services, LEO P FREE Eel: 561-296-1771

I R

Nok

561 .296-1772

1056 Hypoluxo Rd EMAIL

gsinsservice(c^a3l.comADCREE5 .INSURER(S) AFFORDING COVERAGE

NAILLantana

FL 33462 NSURERA: United specialtyINSURED INSURER B:

IGentile Corp. INSURER C:3160 Turtle Cove INSURER D

INSURER E :West Palm Beach

FL 33411 INSURER F :

I

lCOVERAGES

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 PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THISCERTIFICATE 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

NSAI

TYPE OF INSURANCE NEI' EVE I POLICE Nt1Met^ IMPOLICY EFF

REXENE.?Eourf E'f) IMNJDOY'rrYYi

(

LIMITS

A

IX COMMERCIAL GENERAL LIABILITY EAEFI 000URRENCE

$ 1,000,4001

CL.UJUS•MAOE

OCCUR ii 1 DAMAGETORENTEDPREMISES (Ea ea Irene)

tCO,000S.MED EXP (Any one person)

$ 5.000DCG00337 1213112017

12/3112018 pERSCNAL3,ADV NJURY

$ 1,000,000GENT_ AGGREGATE L;MIT APP. -ES PER:

POLICE

PT;

I

i.. LOC

OTHER:

i GENERAL AGGREGATE

2,000,000!^ PECCLCTS-COMP/CP EGG

5 1.000.040

5AUTOMOBILE LIABILITY

I

.

COMBINED E NGLE EMITIEa BCdent)

rWP AUTO

RANEEAIRES ONLYHIREDAUTOS EN LE

SVH_'iii''-EEI AUTOS

EON-CVNEDI AUTOS ONLY

EMILY WEER 'yen pe nEon) SBCDiLY INANE (Per ecoider.l) $PROPERTY DAMAGE

, (Per ac;ader•.Q 5

5UMBRELLA LUAB

CUREXCESS LIAR

I

I CLALMS-:MADE,

I1,'

i

!

EACH CcCURREIJCE S

(AGGREGATE SCEO

RETENTION5 I I

SWORKERS CO MPENEATiONAND EMPLOYERS' LIABILITY YINANY PR OPRIETONPARTNERiEX CLINE!

',

PER

0TH.STATUE

I ER= LEACH ACCIDENT Si C ERMEMBER EXCLUDE D ?

i

(NIA;i lhYndalory In NH)

I EL. DISEASE • EA EMPLOYELOYE El S1 y86, dEsente EnderOcSCRIPT CN OF OPERATIONS eeiov E.L DISEASE - POLICY LIMIT S

( ,

DESCRIPTION OF OPERATIONS !LOCATIONS I VEHICLES (ACDRE 101, Add,ional Remarks Sebedula, may b lEeched if

umot* mew..

requIred)

ERTIFICATE HOLDER

CANCELLATION

FL 249FA

City of Poit St. Lode

0roc,aemerl Maragement Department121 SW Port St. Lucie Blvd.Pcrt Saint Lucie

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 3E CANCELLED BEFORETHE EXPIRATION JATE THEREOF, NOTICE FILL BE DELIVERED INACCORDANCE WITH THE POLICY PRCV15ICNS.

AUTHOR2E0 REPRESENTATIVE/al

ACORD 25 (2016/03)1988-2015 ACORD CORPORATION. All rights reserved.

The ACORD name and logo are registered marks of ACORO

Cashier's Check - Customer Copy

No. 1305309609Noti cc :o Purchaser - In the event that this checks lost, misplaccd or,tolce , a swam statoment and 90-day waiting period will be rcnerccdprior to rep aceinant This enact; should by negctiarad within S0 days.

OKEECHOBEE & JOG

0006

0000934

0037

BANK OF .a

aT•Pay

AIIER1CA TWO _j 1ZER01 ZE.RCLaQPQP

Q IQTo Thousand Six Hundred and 00'100 DoPars*"

j

To The CITY OF PORT ST. LUC[EOrder Of

BID= 20180150

Remitter (Purchased By): GENTILE CORP

Bank of America, N.A.

SAN ANTONIO, TX

Bank of A erk^a ^^

Cashier's Check

No. 1305309609

**TING' Thousand Six Hundred and 00/100 Dollars**

To The CITY OF PORT ST. LUCIEOrder Of

BID# 20180150

Reminer (Purchased By): GENTILE CORP.

NoticL;q Purchaser -.[n the event that-this cn k is lost, mapieced or^bn;'a swp^a ;t:^remant and "v0do; aiting E cer.^d will o= rtcuirt0

prior o ,:ep ia ment. Tn

n:ck:>hould oz .agotiated a itnin 96. days.

OKEECHOBEE & JOG

BANK OFr ;F

T a 100AMERICA_' lZ=^^.ZE!CCTSCTSP av *S2,600.00**

Void After 90 Days

30-I/140

Date 07/27/18 11:58:19 AMNTX

**S2,600,00**

Not-NegotiableCustomer Copy

Retain for your Records

001641001973

Bank or America. N.A.SAN ANTONIO. TX

11° 3053096090 1:1 LLDOOO L911: 00 L6410019?311°

1.2 THE ORIGINAL DOCUMENT HAS A REFLECTIVE WATERMARK ON THE BACK.

HOLD AT AN ANGLE TO VIEW WHEN - CHECKING THE ENDORSEMENTS.

Crime Scene Laboratory Renovations

"A City for All Ages"

CITY OF PORT ST. LUCIECrime Scene Laboratory Renovations

Sealed Electronic Bid #20180150(E-Bid)

Prepared By: Hailey Fallon, BuyerProcurement Management Department

121 SW Port St. Lucie BoulevardPort St. Lucie, FL 34984-5099

Telephone: 772-344-4068 Fax: 772-871-7337Email: hfallon gcityofpsl.com

E-Bid #20180150

Page 1 of 38

Draft

Crime Scene Laboratory Renovations

TABLE OF CONTENTS

Description

Page

Invitation to E-Bid 3

Intent 5

General Requirements 5

Specific Requirements 10

Additional Information 10

E-Bid Reply Sheet/ Questionnaire #20180150 11

Sample Contract 16

Forms

Reference Check Form 34

Drug Free Workplace Form 35

Vendor Code of Ethics 36

Contractor Verification Form 37

Checklist 38

Attachment A- Contract plans 1-12

E-aid #20150150

Page 2 of 38

Final

Crime Scene Laboratory Renovations

INVITATION TO BID

Electronic Sealed Bid (E-Bid) #20180150 to complete Crime Scene Laboratory Renovations will be receivedby the City of Port St. Lucie, in the Procurement Management Department, PI Floor, Suite 390, Building "A"of the Municipal Complex located at 121 SW Port St. Lucie Blvd., Port St. Lucie, FL 34984-5099, until3:00:00 PM on June 13, 2018. Specifications are attached.

A one-time only Site Visit for all Bidders will be held at the Crime Scene Laboratory (CSL), located in thePolice Department, Building C, at 121 SW Port St Lucie Blvd, Port St. Lucie, FL 34984 on May 24" 1 , 2018 at3:30:00 PM. Bidders are to meet in the lobby of building C, and then will be escorted to the CSL. No questionswill be answered at the site visit. Any and all questions are to be submitted in writing to:[email protected] .

Each Bidder(s) shall include a Bid Security payable to the City of Port St. Lucie in the amount of five percent(5%). Security shall be either a certified check, cashiers' check, Irrevocable Letter of Credit from a solventnational or state bank, or Bid Bond issued by a Surety licensed to conduct business in the State of Florida.Surety shall have a rating of A or A+ by "Best's Rating Guide." The Bid Security should be uploaded toDemandstar.com with all other required documents. If the Bidder is utilizing a Bid Bond then the original BidBond should be received within five (5) business days after the opening. If any other form of security is beingutilized other than a Bid Bond, then the proposed security must be received within five (5) business days afterthe opening. Failure to receive the required security documents may deem your proposal non-responsive.

The accepted Contractor's security will be retained until execution of the Contract. The City will retain theremaining Contractors' security until a Contract has been executed, or until ninety (90) calendar days after thequote opening date, whichever is shorter.

Electronic replies will be the only method allowed for Bidders to respond to this solicitation. All submittalsmust be compatible with Microsoft Office 2007 or PDF. E-Bidding will be done through a secure locked box.Bidders can only view/submit their E-Bid and will not have access to any other Bidder's submittals. TheBidder's E-Bid may be changed at the Bidder's discretion until the due date and time have been reached atwhich time the Bidder will no longer have access to the electronic bid submittal. The City will then open theE-Bids. Bidders who are e-bidding for the first time are strongly encouraged to contact DemandStar by e-mailing questions to [email protected] .

All bids must be received by the date and time specified above, when they will be opened, via computer, andpublicly read aloud. The bid time shall be scrupulously observed. Bids uploaded to DemandStar.com after thetime specified shall not be considered. It is the sole responsibility of the Bidder to ensure that his or her bid isuploaded to DemandStar on or before the closing date and time. The City shall in no way be responsible fordelays caused by any occurrence. No exceptions will be made.

The City reserves the right to reject any and all bids, to waive any and all informalities or ir regularities, and toaccept or reject all or any part of any bid as it may deem to be in the best interest of the citizens of the City.

The City reserves the right to extend the bid opening date when no responses or only one (1) response isreceived.

For the purpose of this bid, the term Bidder, E-Bidder, Proposer and Contractor may be used interchangeably.

[-Bid #20180150

Page 3 of 38

Final

Crime Scene Laboratory Renovations

Submit all questions concerning procedures for responding to this bid and the Contract Documents, in writing,to Ms. Fallon in the City of Port St. Lucie Procurement Management Department, 121 SW Port St. LucieBoulevard, Port St. Lucie, Florida 34984, Phone (772) 344-4068, Fax (772) 871-7337, and/or email:[email protected]. Such contact is to be for clarification purposes only. Questions received after June 6,2018 may not be answered, and will not be cause for additional compensation. The City will not be responsiblefor oral clarification of questions. To ensure fair consideration for all Bidder(s) it must clearly understand thatMs. Fallon is the only individual authorized to represent the City on this invitation to bid.

Questions submitted to any other person in any other department will not be addressed. Additionally, the Cityprohibits communications initiated by a Bidder to any City Official or employee evaluating or considering thebids (up to and including the Mayor and City Council), prior to the time an award decision has been made.

Questions will be answered in the form of an addendum. The Bidder, in turn, shall acknowledge receipt of theaddendum by marking the Bid Reply Sheet with the Addendum number and the date of issuance in thesubmittal of his/her bid. The City will not be responsible for any interpretation, other than those transmittedby addendum to the bid, made or given prior to the bid award. The Bidder(s) is responsible for verifying receiptof all Bid Addenda.

It is the responsibility of the Bidder to receive any and all bid information and documents. Material changes,if any, to the scope of services, or bidding procedures will be transmitted only by addendum by Onvia.com .

If you have obtained this document from a source other than from DemandStar by Onvia.com you are not onrecord as a plan holder. Procurement Management Department takes no responsibility to provide Addenda toparties not listed by the City as plan holders. It is the Bidder's responsibility to check with our office prior tosubmitting your proposal to ensure you have a complete, up-to-date package.

Documents required for this E-Bid:

• E-Bid Specifications, pages 1-38• E-Bid Reply Sheet/ Questionnaire #20180150 pages 12-18 (included in E-Bid Specifications)• Attachment A-Contract Plans, pages 1-12 (not included in E-Bid Specifications)

R a@ F -Uo-w

Buyer

CAUTION: Bidders should take caution that the City is not responsible for any power outages or internetfailures. It is suggested that you upload your response in adequate time to assure that it will post on the dayprior to the closing date.

E-Bid #20180150

Page 4 of 38

Final

Crime Scene Laboratory Renovations

SPECIFICATIONSSEALED E-BID # 20180150

Crime Scene Laboratory Renovations

INTENT

The City of Port St. Lucie desires to obtain quotations from qualified individuals, firms, and legal entitiesrelative to Crime Scene Laboratory Renovations for the City of Port Saint Lucie.

It is the intent of the City to enter into a lump sum contract with one (1) qualified Contractor to provide allsupplies, labor, permits, materials, equipment, machinery, tools, transportation, and other incidentals requiredto renovate the Crime Scene Laboratory. All work shall be in accordance with the Contract documents. Thescope of work for this project is as follows: This contract will consist of two phases. All Contractors on sitewill be required to have a background check completed prior to starting the work. Phase one is as follows:

• Remove all interior furniture, fixtures, and equipment items to a place designated by PSL.• Cover and protect all existing fixtures and equipment that are not removed from the space.• Protect all exterior planting, asphalt, signage and existing fixtures.• Contractor will be required to replace or repair to an acceptable condition any damage to existing walls,

fixtures and other items as a result of performing this scope of work.• Epoxy paint all interior walls and ceiling after installation of insulation and cover.• New resinous floor per specification.• Remove existing (2) 10' roll-up doors.• Fill-in openings with 8" CMU reinforced wall.• Stucco at all new CMU walls' exterior - texture to match existing.• Install new 6' double 16 ga steel door-custom height - hollow metal frame - NOA certified w/

hardware.• Apply coatings and paint all exterior walls from corner to corner - color to match existing.• Fill the precast louver locations with grout after removal of louver. Flush finish with wall, stucco finish

on exterior to match existing and smooth finish on interior to match existing.• Stucco at all new CMU walls' exteriors - texture to match existing.• Install eyewash station and sink with floor drain as shown on the drawings.• Paint all exterior wall from corner to corner color to match existing.• Clean up immediately upon completion of each trade's work.• Clean up to an acceptable condition before inspection.• Contract period is estimated at 120 days for Phase I.

Phase two is as follows:

• Remove all existing duct and filters.• Install VAV and controls.• Install exterior exhaust fan and duct. Connect hood to exhaust fan per the drawings.• Install all air control accessories as indicated on the drawings.• Provide complete assemblies as shown including all life safety features.• Provide startup of all equipment and balance systems to work as designed.• Contract period is estimated at 90 days for Phase II.

E-Bid #201 801 50

Page 5 of 38

Final

Crime Scene Laboratory Renovations

The Bidder shall have all the required licenses and certifications necessary to perform this work. The Licenserequirement for this project is either a State of Florida General Contractor's License. It is the Bidder'sresponsibility to verify with the City's Building Department that they possess the proper licenses andcertifications to perform the work prior to submitting a bid.

NOTE: The City may not accept proposals from firms, that have had adversarial relationships with theCity or firms that have represented entities that have had adversarial relationships with the City. Thisincludes the firm, employees and financial or legal interests.

The City will not enter into a contract or conduct business with any firm or any personnel that is listedon the Federal, State, or other local government agencies' Excluded Parties List, Suspended List orDebarment List.

1. GENERAL REQUIREMENTS

1.1 Invitation to Bid- All requirements contained in the Invitation to Bid are hereby incorporated inthis specification.

1.2 Cost of Preparation of Bid - The City will not be responsible for any cost incurred by any Bidderin the preparation of his/her bid.

1.3 Examination of Drawings and Contract Documents- The Contractors shall thoroughly examinethese specifications and all other drawings, documents or other materials referred to herein and conductsuch investigations and visits as may be necessary to thoroughly inform themselves regarding existingplant, facility, personnel and other conditions relative to compliance with this specification. No plea ofignorance by the Contractor of conditions that exist or may hereafter exist, as a result of failure oromission on the part of the Contractor to make said investigations and visits, and/or failure to fulfill inevery detail the requirements of this specification and documents promulgated therein, will be acceptedas a basis for varying the requirements of the City or the compensation of the Bidder(s)

1.4 Bid Price - Bidders must agree to furnish all item(s) that are awarded to them as a result of theirresponse to this specification at the price(s) indicated on their respective Bid Reply Sheet. Bidders shallguarantee that said price(s) shall be firm, not subject to escalation, for the ninety (90) days after bidopening period. Submittal of a bid shall be prima facie evidence of the Bidder's intent to comply withthis requirement. Any bid submitted with escalation clauses shall be rejected.

1.5 Qualifications - Bidders shall have the necessary organization, experience, capital, and equipmentto carry out the provisions of the Contract to the satisfaction of the City. Bidders will submit all requiredlicenses and certifications required to perform this project with the E-Bid Reply Sheet/Questionnaire#20180150 It is the Bidder's responsibility to verify with the City's Building Department that theypossess the proper license and certification necessary to perform the work prior to submitting a bid forthis project. Three (3) references shall be listed on the E-Bid Reply Sheet/Questionnaire #20180150from existing firms in Florida to which it has provided these types of services in the past or with whichit is under contract for such services presently and the names of company representatives who may becontacted for references shall be furnished. The City of Port St. Lucie shall NOT be used as a reference.References are subject to verification by the City and will be utilized as part of the award process. Ifrequested, performance history, list of projects recently completed and in process, major equipmentavailable for this project and experience of the principal members of the Bidder's organization must befurnished within seven (7) days.

E-Bid 420180150

Page 6 of 38

Final

Crime Scene Laboratory Renovations

1.6 Award of Contract - The City shall take measures as deemed necessary to determine the abilityof the Bidder to perform the obligations of the Contract. The City may reject any bid where aninvestigation of the available information indicates a Bidder is not the most qualified to perform theobligation of the Contract. The City may require a Bidder to furnish additional statements ofqualifications. Some or all of the following criteria may be used to select the bid(s) that will providethe best value to the City:

♦ Accept Payment by Visa♦ Have sufficient financial resources to complete the order♦ Can meet quoted delivery considering all other business commitments♦ Has a satisfactory record of performance♦ Has adequate staffing to fulfill requirements♦ Has the necessary production, technical equipment and facilities (or ability to readily obtain

them)♦ Has necessary organization experience, operational controls, and technical skills (or ability

to readily obtain them)♦ Bidder is a manufacturer, supplier, authorized distributor or vendor for the requirement for

this bid.♦ The Bidder is qualified and eligible to receive an award under applicable laws and

regulations♦ Has bid within a competitive price range in relation to the needed goods, services or

construction♦ The skill and experience demonstrated by the bidder in performing contracts of a similar

nature♦ The Bidder's past performance with City♦ Has met all requirements of the solicitation (delivery, quality and price)♦ Has met bounds of commonality; absolute conformity is not required, just substantial or

material compliance♦ Has met bid security requirements; lack of security, where required, is a material

nonconformity♦ Price: The element of price is but one of the criteria elements. When considering a proposal:

Evaluate the pricing offered by the Bidder; consider lifecycle costing, other relative factorsand depreciation.

♦ Determine what proposal provides the best value to the City♦ City Ordinance 35.12 Local Preference will apply♦ Award will be based on Line Item 5.3 on the Bid Reply Sheet/ Questionnaire #20180150

titled, "Bid Reply Lump Sum Total" that represents the best value to the City.

The award date is the date that City Council executed the motion to award the bid(s) regardless of the date theBidder received notification of award. Notification of the award may be given by e-mail, facsimile, U.S. mailsystem, courier, or on the website.

1.6.1 Collusion - The City reserves the right to disqualify bids, upon evidence of collusionwith intent to defraud or other illegal practices upon the part of the Bidder. More than one (1)bid from an individual, partnership, corporation, association, firm, or other legal entity underthe same or different names will not be considered. Reasonable grounds for believing that aBidder is interested in more than one (1) proposal for the same work will be cause for rejectionof all proposals in which such Bidders are believed to be interested. Any or all proposals willbe rejected if there is any reason to believe that collusion exists among the Bidders.

E-Biel #20180150

Page 7 of 38

Final

Crime Scene Laboratory Renovations

1.6.2 Negotiation of Bids: The City reserves the right to negotiate prices with the bidder thatprovides the best value to the City provided that the scope of work of the solicitation remainsthe same. The City may terminate the negotiation if unsuccessful and begin negotiations withthe next bidder that provides the best value to the City.

1.6.3 Best and Final Offer: The City reserves the right to negotiate with all bidders for thepurpose of obtaining best and final offers. Bidders shall be accorded fair and equal treatmentwith respect to any opportunity for discussion and revision of proposals. Any such revisionsmay be permitted throughout negotiations after submissions and prior to award for obtainingbest and final offers. Any revisions to scope or work will be offered to all bidders for the purposeof obtaining the best and final offer. The City at any time during these negotiations may requesta "best and final offer" from any or all of the responsive and responsible bidders that submittedproposals. At the date and time established by the City the "best and final offer "will be providedin a sealed envelope at a public meeting and will follow the same procedure as a formal bidopening.

1.6.4 Tie Bid Statement - In the event of two (2) or more bids that are equal with respect toprice, quality, and service are received by the City for the procurement of commodities orcontractual services, a bid received from a business that certifies that it has implemented adrug-free workplace program, Pursuant to Section 287.087 Florida Statues, shall be givenpreference in the award process. Please submit the form that is enclosed with your bid response.

1.7 Variances to Specifications- Bidders must indicate any variances to the Specifications.Additionally, if bids are based on alternate products, Bidder must indicate the manufacturer's name andNumber of the alternate item(s) being offered and attach appropriate specifications. If variations and/oralternates are not stated in Bidder's reply, it shall be construed that the bid fully conforms to thespecifications.

1.8 Submittal of E-Bid - Unless otherwise provided herein, all bids shall be submitted by completingand returning the E-Bid Reply Sheet/Questionnaire # 20180150, and any other documentation that isrequired by this bid. The E-Bid Reply Sheet/Questionnaire #20180150 should be typed or printed andsigned. The individual signing the bid must initial all changes. All submittals are required to beelectronic and preferably contained in one (1) file. No hard copies will be accepted.

A. Request Bid Specifications and all Attachments, #20180150 from Onvia, via phone 800-711-1712 or via interne www.cityofpsl.com

B. Download the E-Bid Reply Sheet/Questionnaire # 20180150 and save to your hard drive,program is in Word Office 2007 Professional. Enter the lump sum amounts on the E-BidReply Sheet/Questionnaire # 20180150 and on the Demandstar web page, then save.

C. Complete company information on E-Bid Reply Sheet/Questionnaire #20180150.

File #1- Upload the E-Bid Reply Sheet/Questionnaire # 20180150:

D. Upload and submit in one (1) PDF file the E-Bid Reply Sheet/Questionnaire #20180150,Contractor Verification Form, 5% Bid Security (to be received within five (5) business daysafter the opening or your bid may be deemed non-responsive), Insurance Certificate(s), DrugFree Workplace Form, W-9 Form, Reference Check Form, General Contractor License,Contractor Code of Ethics and the Checklist onto Demandstar by the due date and time.Acknowledge all Addenda on the E-Bid Reply Sheet/Questionnaire # 20180150.

E-Bid #20180150

Page 8 of 38

Final

Crime Scene Laboratory Renovations

** Only electronic replies are required. No hard copies will be accepted.

YOU MUST PRESS THE "SUBMIT RESPONSE" button on the second page for your bidto be received.

1.8.1 Shipping Terms - Bidders shall quote F.O.B. Destination.

1.9 Execution of Contract - After the recipient of an award has been determined and necessaryapprovals obtained, the City will prepare a formal Contract to be executed by the parties. The Contractwill be in substance the same as the Contract given to the Bidder with these Specifications. The Biddershall execute the Contract and deliver the required Insurance Certificates and policies, and otherdocumentation. The City will then execute the Contract. It is agreed and understood that the City willnot be bound by the Contract unless and until it has been duly authorized by the City Council, has beenexecuted by the City Manager, and a purchase order or Visa order form has been issued.

1.9.1 Failure to Execute Contract - Failure on the part of the Bidder to execute the Contract as requiredmay be justification for the annulment of the award.

1.10 Subcontracting or Assigning of the Contract- The Contractor shall not subcontract, sell, transfer,assign or otherwise dispose of the Contract or any portion thereof, or of the work provided for therein,or of his right, title or interest therein, to any person, firm or corporation without the written consent ofthe City. Each Bidder shall list all subcontractors and the work provided by the suppliers in the areaprovided on the E-Bid Reply Sheet/Questionnaire #20180150.

The successful Bidder(s) shall provide a listing of all subcontractors, suppliers, and other persons andorganizations (including those who are to furnish the principal items of material and equipment), otherthan those identified in the E-Bid Reply Sheet/Questionnaire #20180150, to the City within five (5) daysafter the bid opening. Such list shall be accompanied by an experience statement for each suchsubcontractor, supplier, person or organization if requested by City. The City, who, after dueinvestigation, has objection to any proposed subcontractor, supplier, other person or organization, may,before the Notice of Award is given, request apparent successful Bidder to submit an acceptablesubstitute without an increase in Bid price.

If apparent successful Bidder(s) declines to make any such substitution, City may award the Contract tothe next acceptable Bidder(s) that proposes to use acceptable subcontractors, suppliers, and other personsand organizations. Declining to make requested substitutions will not constitute grounds for sacrificingthe Bid security of any Bidder(s). Any subcontractor, supplier, other person or organization listed andto whom the City does not make written objection prior to giving of the Notice of Award will be deemedacceptable to the City subject to revocation of such acceptance after the effective date of the Contract asprovided in the General Requirements.

1.11 Public Entity Statement - A person or affiliate who has been placed on the convicted vendor listfollowing a conviction for public entity crime may not submit a bid on a contract to provide any goodsor services to a public entity, may not submit a bid on a contract with a public entity for the constructionor repair of a public building or public work, may not submit bids on leases of real property to publicentity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant undera contract with any public entity, and may not transact business with any public entity in excess of thethreshold amount provided in Florida Statute, Section 287.017, for CATEGORY TWO for a period ofthirty six (36) months from the date of being placed on the convicted vendor list.

E-Bid #20180150

Page 9 of 38

Final

Crime Scene Laboratory Renovations

Discrimination - An entity or affiliate who has been placed on the discriminatory vendor list may notsubmit a bid on a contract to provide goods or services to a public entity, may not submit a bid on acontract with a public entity for the construction or repair of a public building or public work, may notsubmit bids on leases of real property to a public entity, may not award or perform work as a contractor,supplier, subcontractor, or consultant under contract with any public entity, and may not transactbusiness with any public entity.

1.12 Permits- The Bidder shall be responsible for obtaining all permits, licenses, certifications, etc.,required by federal, state, county, and municipal laws, regulations codes, and ordinances for theperformance of the work required in these specifications and to conform to the requirements of saidlegislation. The Bidder shall be responsible to check with the Building Department to verify they possessall permits necessary to perform the work prior to submitting a bid.

1.12.1- Permit Fees- All permit fees will be paid by the City.

1.13 W-9 Taxpayer Identification Form the Contractor shall be required to complete a W-9 providedwith the City's contract and return it with the contract and insurance documents.

1.14 Withdrawal of Bids - A Bidder may withdraw his bid without prejudice no later than the day andhour set in the "Invitation to Bid" by communicating his purpose in writing to the City at the addressgiven in the "Invitation for Bid". When received, it will be returned to him unopened.

1.15 Intent to Perform - The Contractor must agree that time is of the essence and that all requirementsstated in these specifications are critical as it relates to the time of performance. Submittal of a quotationshall be prima facie evidence of the Contractors intent to comply with these specifications.

2. SPECIFIC REQUIREMENTS

2.1 Samples- Samples of items, when required, must be furnished free of expense and, if not destroyed,will upon request, be returned at the Bidder's expense. Request for the return of samples must be madewithin 30 calendar days following opening of bids. Each individual sample must be labeled withBidder's name, bid number, and item number. Failure of Bidder to either deliver required samples orto clearly identify samples as indicated may be reason for rejection of the bid. Unless otherwiseindicated, samples should be delivered to PMD.

2.2 Standard Production Items- All products offered must be standard production items that havebeen available to the trade for a period of not less than two (2) years and are expected to remainavailable in future years.

2.3 Brand Names- N/A.

2.4 Proposal Guaranty - A Bid Bond, certified check, cashier's check, bank money order, bank drafton any national or state bank, or cash, in a sum of not less than 5%, made payable to the "City of PortSt. Lucie", shall accompany each proposal as a guarantee that the Bidder will execute the requiredContract and promptly deliver the required Insurance Certificates, and other documentation requiredby these Specifications. Bid Bonds must be executed by a fully authorized Surety licensed by the Stateof Florida. The failure on the part of the Bidder to comply with this requirement may be cause for therejection of the bid.

[-Bid #20180150

Page 10 of 38

Final

Crime Scene Laboratory Renovations

2.5 Return of Proposal Guaranty - After the bid has been awarded, Procurement ManagementDepartment may, at its discretion return the guaranty deposit. All other proposal guaranties will beheld until the Contract has been executed, after which the proposal guaranty may be returned to therespective Bidders whose proposals it accompanied.

3. ADDITIONAL INFORMATION

3.1 Additional Bonding Requirements - N/A

3.2 Protest - Any person who wishes to protest any issue pertaining to this Request for Proposal maydo so by attending the scheduled City Council meeting that the Proposal will be scheduled to appear,and voicing their concerns at the `Public to be heard' section. All persons will be required to sign in atthe front desk at City Hall and fill out the necessary Sign-In Forms. Prior to the start of the meeting.

3.3 Frequency of Service - Work shall be performed by the selected Bidder(s) between the hours of8:00 am to 5:00 pm, Monday thru Friday. Weekend work requires written authorization from theProject Manager and cannot begin before 9 am.

Balance of page left intentionally blank

E-Bid #20180150

Page 11 of 38

Final

Crime Scene Laboratory Renovations

E-Bid Reply Sheet/Questionnaire # 20180150Crime Scene Laboratory Renovations

1. COMPANY NAME:

DIVISION OF:

PHYSICAL ADDRESS:

MAILING ADDRESS:

CITY, STATE, ZIP CODE:

TELEPHONE NUMBER: ( )

CONTACT PERSON :

2. ORGANIZATIONALPROFILE: (complete all appropriate information)

Is the firm incorporated? Yes--No If yes, in what state?

President

Vice President

Treasurer

How long in present business: How long at present location:

Is firm a minority business? Yes ( ) No ( )

Does firm have a drug-free workplace program? Yes ( ) No ( )If no, is your company planning to implement such a program?

How many employees are living in the Treasure Coast Area?

How many employees do you have available for this contract?

Is this firm claiming Local Preference under City ordinance 35.12? Yes ( ) No ( )

3. ADDENDUMACKNOWLEDGMENT - Bidder acknowledges that the following addenda have been receivedand are included in its proposal/bid:

Addendum Number

Date Issued

4. VENDOR'S LIST - If your company offers commodities other than the one (1) specified for this bid, and you wishto be put on the vendor's list, please contact Onvia.com at (800) 711-1712. Bid Tabulation Reports are advertised onthe City's Web Site at www.cityofpsl.com .

5. BID RESPONSE:

FAX NO. ( )

E-MAIL :

[-Bid #201 SO 150

Page 12 of 38

Final

Crime Scene Laboratory Renovations

5.1 Bidder will / will not accept the Purchasing Card (Visa).(please circle one)

5.2 Percentage of discount when payment is made with Visa:Please Note: The Cite has implemented a Purchasing Card Program. The Bidder can take advantage of this program and inconsideration receive payment within several days instead of the City's payment policy. Any percentage off the bid price for theacceptance of Visa will be consideration in the bid award. lino such percentage is given, the City shall assume zero (0) percentdiscount applies.

5.3 Bid Reply Lump Sum Total S

for Phase I and Phase II.(This figure must match the E-Bid Reply Sheet/ Questionnaire # 201801 50 and the figure that is to be used on the Demandstar webpage. Discrepancies between the E-Bid Reply Sheet/Questionnaire # 20180150 uploaded on DemandStcer and the dollar amounts listedon the web page at time of submittal will be resolved in favor of the E-Bid Reply Sheet/Questionnaire # 20180150 that is uploaded attime of submittal.)

Bidders are cautioned that the anticipated quantities used for this computation will be estimates. The City makes noguarantee as to the actual quantity that will be utilized during the Contract period. A unit price for each item shall beoffered shall be shown, and such price shall include packing and shipping unless otherwise specified. A total shall beentered in the "Total" column for each separate item. In case of discrepancy between the unit price and the extendedprice, the unit price will supersede. The total amount shall be entered on line 5.3 above and entered on the Demandstarweb page. The City reserves the right to split the award, if in the City's opinion such a split is in the best interest of theCity.

The City reserves the right to split this award, if in the City's opinion such a split is in the best interest of theCity.

6. INSURANCE CERTIFICATES LICENSE - Bidders are required, to submit a copy of their Insurance Certificatefor the type and dollar amount of insurance they currently maintain. Bidders are required to submit all licenses andcertifications required to perform this project.

7. COMPLETION OF FORM - An authorized representative of the firm offering this Bid must complete this form inits entirety. Prices entered herein shall not be subject to withdrawal or escalation by Bidder. The City reserves the right tohold proposals and bid guarantees for a period not to exceed ninety (90) calendar days after the date of the bid openingstated in the Invitation to Bid before awarding the Contract. Contract award constitutes the date that City Council executesthe motion to award the bid.

8. CONTRACT - Bidder agrees to comply with all requirements stated in the specifications for this bid.

9. List all subcontractors and major material suppliers for the project. Include scope of work, telephone numbers,and contact information. Include all license that allows them to perform the work. Insert additional lines ifnecessary.

10. List three (3) commercial renovation projects similar to this Bid completed by your firm along with a briefdescription of project, location of project, client name, client phone number, email, and value of contract, yourfirm's percentage of the total contract value, as well as the number of change orders and the total change ordervalue.

E-Bid F20l 80I 50

Page 13 of 38

Final

Crime Scene Laboratory Renovations

Project Number 1

Project Name:

Description:

Location:

Date of Completion:

Prime Contractor or Subcontractor:

Client Name, Phone Number & Email:

Value of Total Contract:

Firm's Percentage of Total Contract:

Number of Change Orders:

Value of Change Orders:

Was Project Completed on Schedule:

Was Project Completed within Budget?

Project Number 2

Project Name:

Description:

Location:

Date of Completion:

Prime Contractor or Subcontractor:

Client Name, Phone Number & Email:Value of Total Contract:

Firm ' s Percentage of Total Contract:

Number of Change Orders:

Value of Change Orders:

Was Project Completed on Schedule:

Was Project Completed within Budget?

Project Number 3

Project Name:

Description:

E-Bid #20I 801 50

Page 14 of 38

Final

Crime Scene Laboratory Renovations

Location:

Date of Completion:

Prime Contractor or Subcontractor:

Client Name, Phone Number & Email:

Value of Total Contract:

Firm's Percentage of Total Contract:

Number of Change Orders:

Value of Change Orders:

Was Project Completed on Schedule:

Was Project Completed within Budget?

11.

Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put intoreceivership?

Yes (

No (

)

12.

List any lawsuits pending or completed within the past five (5) years involving the corporation, partnership or individualswith more than ten percent (10%) interest:

(NA is not an acceptable answer - insert lines if needed)

13. List any judgements from lawsuits in the last five (5) years:

(N/A is not an acceptable answer - insert lines if needed)

14. List any criminal violations and/or convictions of the Proposer and/or any of its principals:

(N/A is not an acceptable answer - insert lines if needed)

15. CERTIFICATIONThis bid is submitted by: I (print) am an officer of the above firm duly authorizedto sign bids and enter into Contracts. I certify that this bid is made without prior understanding. Contract, or connection with anycorporation, firm, or person submitting a bid for the same materials, supplies, or equipment. and is in all respects fair and withoutcollusion or fraud. I understand collusive bidding is a violation of State and Federal law and can result in fines, prison sentences,and civil damage awards. I agree to abide by all conditions of this bid.

Bidder has read and accepts the terms and conditions of the Citv's standard Contract:

Signature

Title

If a corporation renders this Bid, the corporate seal attested by the secretary shall be affixed below. Any agent signingthis Bid shall attach to this form evidence of legal authority.

(seal)

E-Bid #20180150

Page 15 of 38

Final

Crime Scene Laboratory Renovations

***** (THIS IS A SAMPLE ONLY - DO NOT EXECUTE) *****CITY OF PORT SAINT LUCIE

CONTRACT #20180150

This CONTRACT, executed this day of , 20, by and betweenthe CITY OF PORT ST. LUCIE, FLORIDA, a municipal corporation, duly organized under the laws of theState of Florida, hereinafter called "City" party of the first part, and name of Contractor (Contractor), a Florida(or the state where they are) Corporation, address, Telephone No. ( ) Fax No. ( ) , hereinafter called"Contractor", party of the second part.

SECTION IN RECITALS

WHEREAS, Contractor is a licensed Florida Corporation doing business in Florida; and

WHEREAS, the City wishes to contract for the Crime Scene Laboratory Renovations as well asother tasks (Work) more specifically described in this Contract; and

WHEREAS, Contractor is qualified, willing and able to provide the Work on the terms andconditions set forth herein; and

WHEREAS, the City desires to enter into this Contract with Contractor to perform the Workspecified and in an amount agreed to below.

NOW THEREFORE, in consideration of the premises and the mutual covenants herein name, theParties agree as follows:

The Recitals set forth above are hereby incorporated into this Contract and made a part of hereof for reference.

SECTION IINOTICES

All notices or other communications hereunder shall be in writing and shall be deemed duly given if sent bycertified mail with return receipt request, email (with proof of confirmation) and addressed as follows unlesswritten notice of a change of address is given pursuant to the provisions of this Contract.

City of PSL Project Manager: Lisa Smith, Police Department BuyerPolice Department121 SW Port St. Lucie, Blvd.Port St. Lucie, FL. 34984Telephone: 772-871-5 1 83Email: LWSmith cucityofpsl.com

City Contract Administrator: Hailey Fallon, BuyerProcurement Management Department121 SW Port St Lucie Blvd,Port St Lucie, FL 34984Telephone: 772-344-4068Email: hfallonCcityofpsl.com

Contractor: TBD

E-Bid #20180150

Page 16 of 38

Final

Crime Scene Laboratory Renovations

SECTION IIIDESCRIPTIONOF SERVICES TOBE PROVIDED

The specific work that the Contractor has agreed to perform pursuant to the E-Bid Specifications #20180150,Construction Plans, attachments and all agenda, are made part of this Contract to Crime Scene LaboratoryRenovations for the City of Port Saint Lucie.

Location: 121 SW Port St Lucie Blvd, Port St. Lucie, FL 34984.

Scope of Work:This Contract will consist of two phases. Phase one is as follows:

• Remove all interior furniture, fixtures, and equipment items to a place designated by PS L.

• Cover and protect all existing fixtures and equipment that are not removed uvtii the space.• Protect all exterior planting, asphalt, signage and existing fixtures.• Contractor will be required to replace or repair to an acceptable condition any damage to existing walls,

fixtures and other items as a result of performing this scope of work.• Epoxy paint all interior walls and ceiling after installation of insulation and cover.• New resinous floor per specification.• Remove existing (2) 10' roll-up doors.• Fill-in openings with 8" CMU reinforced wall.• Stucco at all new CMU walls' exterior - texture to match existing.• Install new 6' double 16 ga steel door-custom height - hollow metal frame - NOA certified w/

hardware.• Apply coatings and paint all exterior walls from corner to corner - color to match existing.• Fill the precast louver locations with grout after removal of louver. Flush finish with wall, stucco finish

on exterior to match existing and smooth finish on interior to match existing.• Stucco at all new CMU walls' exteriors - texture to match existing.• Install eyewash station and sink with floor drain as shown on the drawings.• Paint all exterior wall from corner to corner - color to match existing.• Clean up immediately upon completion of each trade's work.• Clean up to an acceptable condition before inspection.• Contract period is estimated at 120 days for Phase I.

Phase two is as follows:

• Remove all existing duct and filters.• Install VAV and controls.• Install exterior exhaust fan and duct. Connect hood to exhaust fan per the drawings.• Install all air control accessories as indicated on the drawings.• Provide complete assemblies as shown including all life safety features.• Provide startup of all equipment and balance systems to work as designed.• Contract period is estimated at 90 days for Phase II.

SECTIONIVTIME OF PERFORMANCE

The Contract Period start date will , 2018 and will terminate thereafter on , 2018 for atotal of 210 calendar days. The Contractor will be required to commence work under this Contract within seven

E-Biel 20180150

Page 17 of 38

Final

Crime Scene Laboratory Renovations

(7) calendar days after the start date identified in this Contract. In the event all work required in the bidspecifications has not been completed by the specified date, the Contractor agrees to provide work asauthorized by the Project Manager until all work specified in the bid specifications has been rendered. Writtenrequests shall be submitted to the Project Manager for consideration of extension of completion time due tostrikes, unavailable materials, or other similar causes over which the Contractor feels he has no control.Requests for time extensions shall be submitted immediately but in no event more than two (2) weeks uponoccurrence of conditions, which, in the opinion of the Contractor, warrant such an extension with reasonsclearly stated and a detailed explanation given as to why the delays are considered to be beyond theContractor's control.

Hours of Service - Work shall be performed by the Contractor between the hours of 8:00 am and 5:00 pm,Monday thru Friday. Any work performed by the Contractor outside of the aforementioned time limit requiresspecial authorization by the City and requires that the Contractor obtain a noise permit from the City PoliceDepartment. All equipment operated at night shall comply with the noise levels established by the City of PortSt. Lucie noise ordinance. Any additional costs associated with work outside of the hours of work allowedshall be borne by the Contractor this shall include, but not be limited to costs of inspection, testing, policeassistance, and construction administration.

All night, Sunday, and/or Holiday work must be authorized by the City and requires that the Contractor obtaina noise permit from the City Police Department.

SECTIONVRENEWAL OPTION

N/A.SECTIONVI

COMPENSATION

The total amount to be paid by the City to the Contractor is on a per Lump Sum basis for a total amount of$ , plus a one-time ten dollar ($10.00) payment for indemnification as provided in Section IXherein.

The Contract Sum - Work to be paid for on a lump sum basis.

Progress Payments - The City may make partial payment during the progress of the work as follows: Partialpayments, calculated from quantities of work in place multiplied by the Contract unit prices will be made thirty(30) days after the receipt of the Pay Request. Partial Release of Liens from all Contractors, subcontractors,supplies for materials and sub-subcontractors are to be attached to each Pay Request.

Acceptance and Final Payment - Upon receipt of written notice that the work is ready for final inspectionand acceptance, the City will promptly make such inspection. When City finds the work acceptable under theterms of the Contract and the Contract is fully performed the entire balance will be due to the Contractor andwill be paid to the Contractor in thirty (30) calendar days. Such final payment to the Contractor shall be subjectto the covenants in the Contract's Standard Specifications and any liquidated damages will be assessed againstthe Contractor at that time.

Before issuance of final payment, The Contractor shall submit evidence that all payrolls, material bills andother indebtedness connected with the work have been satisfied and paid in full. Final Release of Liens from

E-Bid #20180150

Page 18 of 38

Final

Crime Scene Laboratory Renovations

all contractors, subcontractors, suppliers for materials and sub-subcontractors are to be attached to the finalinvoice.

Invoices for services shall be submitted once a month, by the tenth (10 t1i) day of each month, and paymentsshall be made in thirty (30) days unless Contractor has chosen to take advantage of the Purchasing CardProgram, which guarantees payment within several days. Payments shall be made in thirty (30) calendar daysof receipt of Contractor's valid invoice, provided that the invoice is accompanied by adequate supportingdocumentation, including any necessary partial release of liens, and is approved by the Project Manager.

No payment for projects involving improvements to real property shall be due until Contractor delivers to Citya complete release of all claims arising out of the Contract or receipts in full in lieu thereof, and an affidavitasserting personal knowledge that the releases and receipts include labor and materials for which a lien couldbe filed.Contractor shall invoice the City for the amount of the indemnification payment and said invoice shallaccompany the signed Contracts.

The Contractor shall not be paid additional compensation for any loss or damage, arising out of the nature ofthe work, from the action of the elements, or from any delay or unforeseen obstruction or difficultiesencountered in the performance of the work, or for any expenses incurred by, or as a consequence of thesuspension or discontinuance of the work.

No payment for projects involving improvements to real property shall be due until Contractor delivers to Citya complete release of all claims arising out of the Contract or receipts in full in lieu thereof, and an affidavitasserting personal knowledge that the releases and receipts include labor and materials for which a lien couldbe filed.

All invoices and correspondence relative to this Contract must contain the Purchase Order number or VISAnumber, Contract number, detail of items with prices that correspond to the Contract, unique invoice numberand partial or final release of liens.

All payments not made within the time specified by this section shall bear interest from thirty (30) calendardays after the due date at the rate of 1 percent per month on the unpaid balance.

In the event the City deems it expedient to perform work which has not been done by the Contractor as requiredby these Specifications, or to correct work which has been improperly and/or inadequately performed by theContractor as required in these Specifications, all expenses thus incurred by the City, at the City's option, willbe invoiced to the Contractor and/or deducted from payments due to the Contractor. Deductions thus madewill not excuse the Contractor from other penalties and conditions contained in the Contract.

All invoices are to be sent to: APNOTIFICATIONS a,CITYOFPSL.COM

SECTION VIIWORKCHANGES

The City reserves the right to order work changes in the nature of additions, deletions or modifications withoutinvalidating the Contract, and agrees to make corresponding adjustments in the contract price and time forcompletion. All changes will be authorized by a written change order approved by the Procurement DepartmentDirector, or her designee. Work shall be changed and the contract price and completion time shall be modifiedonly as set out in the written change order. Any adjustment in the contract price resulting in a credit or a charge

E-Bid #20180150

Page 19 of 38

Final

Crime Scene Laboratory Renovations

to the City shall be at cost. Any dispute concerning work changes which is not resolved by mutual agreementshall be decided by the City Manager who shall reduce the decision to writing. The decision of the City shallbe final and conclusive.

SECTIONVIIICONFORMANCE WITH BID

It is understood that the materials and/or work required herein are in accordance with the bid made by theContractor pursuant to the Invitation to Bid and Specifications on file in the Procurement ManagementDepartment of the City. All documents submitted by the Contractor in relation to said bid, and all documentspromulgated by the City for inviting bids are, by reference, made a part hereof as if set forth herein in full.

SECTION IXINDEMNIFICATION/HOLD HARMLESS

Contractor agrees to indemnify, defend and hold harmless, the City, its officers, agents, and employees from,and against any and all claims, actions, liabilities, losses and expenses including, but not limited to, attorney'sfees for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity,which may arise or may be alleged to have risen from the negligent acts, errors, omissions or other wrongfulconduct of Contractor, agents, laborers, subcontractors or other personnel entity acting under Contractor'scontrol in connection with the Contractor's performance of services under this Contract and to that extentContractor shall pay such claims and losses and shall pay all such costs and judgments which may issue fromany lawsuit arising from such claims and losses including wrongful termination or allegations of discriminationor harassment, and shall pay all costs and attorney's fees expended by the City in defense of such claims andlosses including appeals. That the aforesaid hold-harmless Contract by Contractor shall apply to all damagesand claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of theaforesaid operations of Contractor or any agent laborers, subcontractors or employee of Contractor regardlessof whether or not such insurance policies shall have been determined to be applicable to any of such damagesor claims for damages. Contractor shall be held responsible for any violation of laws, rules, regulations orordinances affecting in any way the conduct of all persons engaged in or the materials or methods used byContractor on the Work. Contractor shall give all notices and comply with all laws, ordinances, rules,regulations and orders of any public authority bearing on the performance of the Work under this Contract.Contractor shall secure all permits, fees, licenses, and inspections necessary for the execution of the Work, andupon termination of this Contract for any reason, Contractor shall transfer such permits, if any, and if allowedby law, to the City. As consideration for this indemnity provision the Contractor shall be paid the one-timesum of ten dollars (S10.00), which will be added to the contract price, and paid prior to commencement ofwork. This indemnification shall survive the termination of this Contract.

SECTION XSOVERIEGN IMMUNITY

Nothing contained in this Contract shall be deemed or otherwise interpreted as waiving the City's sovereignimmunity protections existing under the laws of the State of Florida, or as increasing the limits of liability asset forth in Section 768.28, Florida Statutes.

SECTION XI

INSURANCE

The Contractor shall, on a primary basis and at its sole expense, agree to maintain in full force and effect at alltimes during the life of this Contract, insurance coverage, limits, including endorsements, as described herein.

E-Bid #20150150

Page 20 of 38

Final

Crime Scene Laboratory Renovations

The requirements contained herein, as well as City's review or acceptance of insurance maintained byContractor are not intended to and shall not in any manner limit or qualify the liabilities and obligationsassumed by Contractor under the Contract.

The parties agree and recognize that it is not the intent of the City of Port St. Lucie that any insurancepolicy/coverage that it may obtain pursuant to any provision of this Contract will provide insurance coverageto any entity, corporation, business, person, or organization, other than the City of Port St. Lucie and the Cityshall not be obligated to provide any insurance coverage other than for the City of Port St. Lucie or extend itssovereign immunity pursuant to Section 768.28, Florida Statutes, under its self-insured program. Anyprovision contained herein to the contrary shall be considered void and unenforceable by any party. Thisprovision does not apply to any obligation imposed on any other party to obtain insurance coverage for thisproject, any obligation to name the City of Port St. Lucic as an additional insured under any other insurancepolicy, or otherwise protect the interests of the City of Port St. Lucie as specified in this Contract.

1. Workers' Compensation Insurance&Employer's Liability: The Contractor shall agree to maintainWorkers' Compensation Insurance & Employers' Liability in accordance with Section 440, Florida Statutes.Employers' Liability and must include limits of at least S100,000.00 each accident, $100,000.00 eachdisease/employee, $500,000.00 each disease/maximum. A Waiver of Subrogation endorsement shall beprovided. Coverage shall apply on a primary basis. Should scope of work performed by Contractor qualify itsemployee for benefits under Federal Workers' Compensation Statute (example, U.S. Longshore & HarborWorkers Act or Merchant Marine Act), proof of appropriate Federal Act coverage must be provided.

2. Commercial General Liability Insurance: The Contractor shall agree to maintain Commercial GeneralLiability insurance issued under an Occurrence form basis, including Contractual liability, to cover the holdharmless agreement set forth herein, with limits of not less than:

Each occurrence

$1,000,000Personal/advertising injury

S1,000,000Products/completed operations aggregate

S2,000,000General aggregate

$2,000,000Fire damage

$100,000 any 1 fireMedical expense

S 10,000 any 1 person

3. Additional Insured: An Additional Insured endorsement must be attached to the certificate of insuranceand must include coverage for on-going and Completed Operations (should be ISO CG20101185 or CG2037& CG2010) under the General Liability policy. Products & Completed Operations coverage to be provided fora minimum of five (5) years from the date of possession by City or completion of contract. Coverage is to bewritten on an occurrence form basis and shall apply as primary. A per project aggregate limit endorsementshould be attached. Defense costs are to be in addition to the limit of liability. A waiver of subrogation shallbe provided in favor of the City. Coverage for the hazards of explosion, collapse and underground propertydamage (XCU) must also be included when applicable to the work performed. No exclusion for mold, silicaor respirable dust or bodily injury/property damage arising out of heat, smoke, fumes, or hostile fire shallapply. Coverage shall extend to independent contractors and fellow employees. Contractual Liability is to beincluded. Coverage is to include a cross liability or severability of interest's provision as provided under thestandard ISO form separation of insurer's clause.

Except as to Workers' Compensation and Employers' Liability, said Certificate(s) and policies shall clearlystate that coverage required by the Contract has been endorsed to include the City of Port St. Lucie, amunicipality of the State of Florida, its officers, agents and employees as Additional Insured added to itsCommercial General Liability policy and Business Auto policy. The name for the Additional Insured

E-Bid #20180150

Page 21 of 38

Final

Crime Scene Laboratory Renovations

endorsement issued by the insurer shall read "City of Port St. Lucie, a municipality of the State of Florida, itsofficers, employees and agents and shall include Contract #20180150- Crime Scene LaboratoryRenovations shall be listed as additionally insured." The Policy shall be specifically endorsed to provide thirty(30) day written notice to the City prior to any adverse changes, cancellation, or non-renewal of coveragethereunder. In the event that the statutory liability of the City is amended during the term of this Contract toexceed the above limits, the Contractor shall be required, upon thirty (30) calendar day's written notice by theCity, to provide coverage at least equal to the amended statutory limit of liability of the City. Copies of theAdditional Insured endorsements including Completed Operations coverage shall be attached to the Certificateof Insurance. All independent contractors and subcontractors utilized in this project shall furnish a Certificateof Insurance to the City in accordance with the same requirements set forth herein.

4. Automobile Liability Insurance: The Contractor shall agree to maintain Business Automobile Liability ata limit of liability not less than $1,000,000.00 each accident covering any auto, owned, non-owned and hiredautomobiles. in the event,_

7 _ _ Contractor _7 _ _ _noes not own any automobiles; ^ 7 _ _he Business 'Auto_uto Liabilityinc trequirement shall be amended allowing Contractor to agree to maintain only Hired & Non-Owned AutoLiability. This amended requirement may be satisfied by way of endorsement to the Commercial GeneralLiability, or separate Business Auto Coverage form. Certificate holder must be listed as additional insured. Awaiver of subrogation shall be provided. Coverage shall apply on a primary basis.

5. Waiver of Subrogation: The Contractor shall agree by entering into this Contract to a Waiver ofSubrogation for each required policy. When required by the insurer, or should a policy condition not permitan Insured to enter into a pre-loss Contract to waive subrogation without an endorsement then Contractor shallagree to notify the insurer and request the policy be endorsed with a Waiver of Transfer of Rights of RecoveryAgainst Others, or its equivalent. This Waiver of Subrogation requirement shall not apply to any policy wherea condition to the policy specifically prohibits such an endorsement, or voids coverage should Contractor enterinto such a Contract on a pre-loss basis.

6. Deductibles: All deductible amounts shall be paid for and be the responsibility of the Contractor for anyand all claims under this Contract. Where an SIR or deductible exceeds S5,000, the City of Port St. Luciereserves the right, but not obligation, to review and request a copy of the Contractor's most recent annual reportor audited financial statement.

It shall be the responsibility of the Contractor to ensure that all independent contractors and/or subcontractorscomply with the same insurance requirements referenced above.

The Contractor may satisfy the minimum limits required above for either Commercial General Liability,Business Auto Liability, and Employers' Liability coverage under Umbrella or Excess Liability. The Umbrellaor Excess Liability shall have an Aggregate limit not less than the highest "Each Occurrence" limit for eitherCommercial General Liability, Business Auto Liability, or Employers' Liability. When required by the insurer,or when Umbrella or Excess Liability is written on Non-Follow Form," the City shall be endorsed as an"Additional Insured."

The City, by and through its Risk Management Department, reserves the right, but not obligation, to review,modify, reject, or accept any required policies of insurance including limits, coverages or endorsements, hereinfrom time to time throughout the term of this contract. All insurance carriers must have an AM Best rating ofat least A: VII or better.

A failure on the part of the contractor to execute the contract and/or punctually deliver the required insurance,and other documentation may be cause for annulment of the award.

SECTION XIIACTS OF GOD

E-Bid 1420180150

Page 22 of38

Final

Crime Scene Laboratory Renovations

The Contractor shall be responsible for all preparation of the site for Acts of God, including but not limited to;earthquake, flood, tropical storm, hurricane or other cataclysmic phenomenon of nature, rain, wind or othernatural phenomenon of normal intensity, including extreme rainfall. No reparation shall be made to theContractor for damages to the Work resulting from these Acts. The City is not responsible for any costsassociated with pre or post preparations for any Acts of God.

Emergencies - In the event of emergencies affecting the safety of persons, the work, or property, at the site oradjacent thereto, the Contractor(s), or his designee, without special instruction or authorization from the City,is obligated to act to prevent threatened damage, injury or loss. In the event such actions are taken, theContractor(s) shall promptly give to the City written notice and contact immediately by phone, of anysignificant changes in work or deviations from the Contract documents caused thereby, and if such action isdeemed appropriate by the City a written authorization signed by the City covering the approved changes anddeviations will be issued.

SECTION XIIIPROHIBITIONAGAINST FILING OR MAINTAINING LIENS AND SUITS

Subject to the laws of the State of Florida and of the United States, neither Contractor nor any Subcontractor,supplier of materials, laborer or other person shall file or maintain any lien for labor or materials delivered inthe performance of this Contract against the City. The right to maintain such lien for any or all of the aboveparties is hereby expressly waived.

SECTION XIVCOMPLIANCEWITHLAWS

The Contractor shall give all notices required by and shall otherwise comply with all applicable laws,ordinances, and codes and shall, at his own expense, secure and pay the fees and charges for all permits requiredfor the performance of the Contract. All materials furnished and works done are to comply with all federal,state, and local laws and regulations. Contractor will comply with all requirements of 28 C.F.R. § 35.151.Contractors and subcontractors shall comply with § 119.0701, Fla. Stat. The Contractor and subcontractors areto allow public access to all documents, papers, letters, or other material made or received by the Contractorin conjunction with this Contract, unless the records are exempt from Art. I, § 24(a), Fla. Const. and § 119.07(1)(a), Fla. Stat. Pursuant to § 119.10(2)(a), Fla. Stat., any person who willfully and knowingly violates any ofthe provisions of Ch. 119, Laws of Fla., commits a misdemeanor of the first degree, punishable as provided in§ 775.082 and § 775.083 Fla. Stat.

Pursuant to Title VI of the Civil Rights Act of 1964 and other related federal and state laws and regulations,the City of Port St. Lucie will not exclude from participation in, deny the benefits of, or subject todiscrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income orfamily status per Resolution 14-R162 adopted by City Council on November 10, 2014.

RECORDS

The City of Port St. Lucie is a public agency subject to Chapter 119, Florida Statutes. The Contractor shallcomply with Florida's Public Records Law. CONTRACTOR'S RESPONSIBILITY FOR COMPLIANCEWITH CHAPTER 119. FLORIDA STATUTES. Pursuant to Section 1 19.0701, F.S.

Contractor agrees to comply with all public records laws, specifically to:

Keep and maintain public records required by the City in order to perform the service;

E-Bid #20180150

Page 23 of 38

Final

Crime Scene Laboratory Renovations

1. The timefrarnes and classifications for records retention requirements must be in accordance with theGeneral Records Schedule GS 1-SL for State and Local Government Agencies. (See http.//dos.dos.state.fI.us/fibrarv-archi ves/records-ma na geme nt/general-records-schedules/) .

2. During the term of the contract, the Contractor shall maintain all books, reports and records in accordancewith generally accepted accounting practices and standards for records directly related to this contract.The form of all records and reports shall be subject to the approval of the City.

3. Records include all documents, papers, letters, maps, books, tapes, photographs, films, soundrecordings, data processing software, or other material, regardless of the physical form, characteristics,or means of transmission, made or received pursuant to law or ordinance or in connection with thetransaction of official business with the City. Contractor's records under this Contract include but arenot limited to, supplier/subcontractor invoices and contracts, project documents, meeting notes, emailsand all other documentation generated during this Agreement.

4. The Contractor agrees to make available to the City, during normal business hours all books of account,reports and records relating to this contract.

5. A Contractor who fails to provide the public records to the City within a reasonable time may also besubject to penalties under Section 119.10, Florida Statutes.

Upon request from the City's custodian of public records, provide the public agency with a copy of therequested records or allow the records to be inspected or copied within a reasonable time at a cost that doesnot exceed the cost provided in this chapter or as otherwise provided by law.

Ensure that public records that are exempt or confidential and exempt from public records disclosurerequirements are not disclosed except as authorized by law for the duration of the contract term and followingcompletion of the contract if the contractor does not transfer the records to the City.

Upon completion of the contract, transfer, at no cost to the City, all public records in possession of theContractor, or keep and maintain public records required by the City to perform the service. If the Contractortransfers all public records to the City upon completion of the contract, the Contractor shall destroy anyduplicate public records that are exempt or confidential and exempt from public records disclosurerequirements. If the Contractor keeps and maintains public records upon completion of the contract, theContractor shall meet all applicable requirements for retaining public records. All records stored electronicallymust be provided to the City, upon request from the City's custodian of public records in a format that iscompatible with the information technology systems of the City.

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OFCHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TOPROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THECUSTODIAN OF PUBLIC RECORDS AT:

CITY CLERK121 SW Port St. Lucie Blvd.Port St. Lucie, FL 34984(772) 871 [email protected]

E-Bid #20180150

Page 24 of 38

Final

Crime Scene Laboratory Renovations

SECTION XVICLEANING UP

The Contractor shall, during the performance of this Contract, remove and properly dispose of resulting dirtand debris, and keep the work area reasonably clear. Upon completion of the work, Contractor shall removeall of Contractors' equipment and all excess materials, and put the work area in a neat, clean, sanitary and safecondition.

SECTION XVIIINSPECTION AND CORRECTION OF DEFECTS

In order to determine whether the required material has been delivered or the required work performed inaccordance with the terms and conditions of the Contract documents, the Project Manager shall makeinspection as soon as practicable after receipt from the Contractor of a Notice of Performance or deliveryticket. If such inspection shows that the required material has been delivered and required work performed inaccordance with terms and conditions of the Contract documents and that the material and work is entirelysatisfactory, the Project Manager shall approve the invoice when it is received. Thereafter the Contractor shallbe entitled to payment, as described in Section VI. If, on such inspection the Project Manager is not satisfied,he shall as promptly as practicable inform the parties hereto of the specific respects in which his findings arenot favorable. Contractor shall then be afforded an opportunity to correct the deficiencies so pointed out at noadditional charge to the City, and otherwise on terms and conditions specified by the Project Manager. Suchexamination, inspection, or tests made by the Project Manager, shall not relieve Contractor of its responsibilityto remedy any deviation, deficiency, or defect.

Authority - The Contractor(s) are hereby informed that City inspectors are not authorized to alter, revoke,enlarge, or relax the provisions of these specifications. They are not authorized to approve or accept any portionof the completed work, or instructions contrary to the specifications. An inspector is placed on the project (orsent to the location of materials) to inspect materials being used in the work and to observe the manner inwhich the work is being performed and to report the progress of the work to the City. The inspector shall havethe authority to reject defective materials or suspend any work that is being improperly done subject to thefinal decision of the City.

Notification - The Contractor(s) shall be responsible to give twenty-four (24) hour notification to the City,when field observations are required.

Defective Work - All work and/or materials not meeting the requirements of these specifications shall bedeemed as defective by the City, and all such work and/or material, whether in place or not, shall be removedimmediately from the site of the work. All rejected materials that have been corrected shall not be used untilthe City has issued written approval to the Contractor(s). Without unnecessary delay and without any additionalcost to the City, all work that has been rejected shall be remedied or removed and replaced in a manneracceptable to the City. If the Contractor(s) fails to promptly remove and properly dispose of rejected materialsand/or work then replaces same immediately after being notified to do so, the City, or his/her designee, mayemploy labor to remove and replace such defective work and/or materials. All charges for replacement ofdefective materials and/or work shall be charged to the Contractor(s) and may be deducted from any moneysdue to the Contractor(s) or his Surety.

Repair or Replacement - Should any defect appear during the warranty period, the Contractor(s) shall, attheir own expense, have repaired or replaced such item upon receipt of written notice from the City of said

[-Bid 7-20180150

Page 25 of 38

Final

Crime Scene Laboratory Renovations

defect. Said repair or replacement must be accomplished within fourteen (14) calendar days after receipt ofnotification from the City of the defect.

Deductions - In the event the City deems it expedient to perform work which has not been done by theContractor(s) as required by these Specifications, or to correct work which has been improperly and/orinadequately performed by the Contractor(s) as required in these Specifications, all expenses thus incurred bythe City, in the City's option, will be invoiced to the Contractor(s) and/or may be deducted from payments dueto the Contractor(s). Deductions thus made will not excuse the Contractor(s) from other penalties andconditions contained in the Contract.

SECTION XVIIIADDITIONALREQUIREMENTS

In the event of any conflict between the terms and conditions, appearing on any purchase order issued relativeto this Contract, and those contained in this Contract and the Specifications herein referenced, the terms of thisContract and Specifications herein referenced shall apply. If there is a conflict between the Contract andspecifications, the Contract will control.

The City shall be listed as an original owner on all manufacturers' warranties, if any, for materials and services.

Implied Warranty of Merchantability- It is understood that the implied warranty of merchantability andfitness for the specified purpose are not disclaimed not withstanding any representation to the contrary.

Warranty and Guarantee - All products furnished by the Contractor(s) shall be supplied with all warrantiesand guarantees of the manufacturer. All products must be warranted by the Contractor to be free of defects inworkmanship and material for a period of not less than 5 years; said period to commence upon the dateproducts are installed, or accepted by the City and final payment has been made to the Contractor, whicheverlast occurs.

Miscellaneous Testing - The Contractor must agree to reimburse the City for any expenditure incurred by theCity in the process of testing products supplied by the Contractor if said products prove to be defective and/orin other manners not in compliance with the specifications. Expenditures as defined therein shall include, butnot limited to, the replacement value of products destroyed in testing, the cost paid by the City to testinglaboratories and other entities utilized to provide tests, and the value of labor and materials expended by theCity in the process of conducting the testing. Reimbursement of charges as specified herein shall not relievethe Contractor from other remedies.

City's Public Relations Image - The Contractor's personnel shall at all times handle complaints and anypublic contact with due regard to the City's relationship with the public. Any personnel in the employ of theContractor involved in the execution of work that is deemed to be conducting him/her self in an unacceptablemanner shall be removed from the project at the request of the City Manager.

Dress Code- All personnel in the employ of the Contractor(s) shall be appropriately attired. Employeesengaged in the course of work shall wear company uniforms neat and clean in appearance, readily identifiableto all City employees and the public. No tee shirts with obscene pictures or writings will be allowed. Swimsuits,tank tops, shorts and sandals are also prohibited. Safety toed shoes shall be worn at all times.

Patent Fees, Royalties, and Licenses - If the Contractor requires or desires to use any design, trademark,device, material or process covered by letters of patent or copyright, the Contractor and his surety shallindemnify and hold harmless the City from any and all claims for infringement in connection with the workagreed to be performed. The Contractor shall indemnify the City from any cost, expense, royalty or damage

[-Bid #20180150

Page 26 of 38

Final

Crime Scene Laboratory Renovations

which the City may be obligated to pay by reason of any infringement at any time during the prosecution of orafter completion of the work.

Cooperative Purchasing Agreement- This contract may be expanded to include other governmental agenciesprovided a cooperative Purchasing Agreement exists or an Inter-Local Agreement for joint purchasing existsbetween the City and other public agencies. Contractors may agree to allow other public agencies to contractwith them for the same items at the same terms and conditions as this bid, during the period of time that this bidis in effect. Each political entity will be responsible for execution of its own requirements with the Contractor.

Discrepancies- If, in the course of performing work resulting from an award under this specification, theContractor finds any discrepancy between the area defined in these specifications and the actual area wherework is being performed, the Contractor shall discontinue work on the subject area and inform the ProjectManager of the discrepancy. The Contractor shall thereafter proceed as authorized by the Project Manager whowill document any modification to these specifications that he authorized in writing as soon as possible.

Permission toUse - The Contractor(s) shall permit any portion of the new work, which is in suitable condition,to be used by the City for the purpose for which it was intended, provided such use does not hinder or makemore expensive the work still to be done by the Contractor(s).

Contractual Relations - The Contractor(s) are advised that nothing contained in the contract or specificationsshall create any contractual relations between the City and subcontractors of the Contractor(s).

Labor and Equipment - The Contractor(s) shall utilize experienced help who are thoroughly capable ofperforming the work assigned to them. The Contractor(s) shall utilize proper equipment in good repair toperform assigned work. Failure on the part of the Contractor(s) to furnish such labor or equipment shall besufficient cause for annulment of any award resulting from these specifications. Only equipment designed forperformance of work described herein will be acceptable for operation. The equipment used must be in goodoperating condition at all times.

Storage and Stockpiling - All storage or stockpiling of tools or material (i.e., lumber, pilings, etc.) shall belimited to uplands. Excess lumber, scrap wood, trash, garbage or other types of debris shall be removed fromthe project site upon the completion of the work.

Florida Produced Lumber - N/A

Erosion and Sediment Control - The Contractor is responsible for all erosion and sediment control inaccordance with all local, State and Federal regulatory agency guidelines.

Water Resources The Contractor shall not discharge without permit into waters of lakes, rivers, canals,waterways and ditches, any fuel, oils, bitumens, garbage, sewage, or other materials which may be harmful tofish, wildlife, or vegetation, or that may be detrimental to outdoor recreation. The Contractor shall beresponsible for investigating and complying with all applicable Federal, State and local laws and regulationsgoverning pollution of waters. All work under this Contract shall be performed in such manner thatobjectionable conditions will not be created in waters through or adjacent to the project areas.

Native Vegetation - No Native Vegetation shall be removed without written authorization and prior approvalof the City.

Sanitary Conditions - The Contractor(s) shall be responsible to provide and maintain in a neat and sanitarycondition such accommodations for the use of employees as may be necessary to comply with the regulations

E-Bid #20180150

Page 27 of 38

Final

Crime Scene Laboratory Renovations

of the County Board of Health or other bodies having jurisdiction. Contractor(s) shall commit no publicnuisance.

Access to Work - The Contractor(s) shall be responsible to permit the City, its inspectors, and other authorizedrepresentatives of the City to have access to all parts of the work, and to all materials intended for use in thework, and to all factories where such materials are manufactured, at all times. The above designated Citypersonnel shall be permitted during said access to remove materials and make such inspections, as they deemnecessary. Materials submitted for approval will be inspected and passed upon as promptly as practical as willwork in progress. However, failure to reject defective work at the time it is done and/or failure to rejectmaterials shall in no way prevent rejection at any time prior to final acceptance of the work authorized by theCity.

Foreman or Superintendent and Workmen - The Contractor(s) shall at all times during progress of thework, have on site a competent foreman or superintendent with authority to act for him and to cooperate withthe City and/or his/her designee. The Contractor(s) shall provide competent, careful and reliable workmenengaged on special work, or skilled work, such as concrete bases, pavements, or structures, or in any trade,with sufficient experience in such work to perform it properly and satisfactorily and to operate the equipmentinvolved. Provide workmen that shall make due and proper effort to execute the work in the manner prescribedin the Contract Documents.

It is prohibited as a conflict of interest for a Contractor to subcontract with a consultant to perform ContractorQuality Control when the consultant is under contract with the City to perform work on any project described inthe Contractor's contract with the City. Prior to approving a consultant for Contractor Quality Control, theContractor shall submit to the City a certificate from the proposed consultant certifying that no conflict of interestexists.

Adjustments - The Contractor(s) shall be responsible to arrange with utility companies for any adjustmentnecessary. The Contractor(s) shall also be responsible to identify, and avoid damage to all utilities (publiclyand privately owned) within the area where work is being performed.

Damages - The Contractor(s) shall be responsible for the charge and care of all work from damage by theelements or from any cause whatsoever until contractor has been paid in full.

No claim for damages or any claim other than for an extension of time shall be made or asserted against theCity by reason of any delays. Contractor shall not be entitled to an increase in the Contract Price or payment orcompensation of any kind from the City for direct, indirect, consequential, impact or other costs, expenses, ordamages, including but not limited to, costs of accidental or inefficiency, arising because of delay, disruption,interference from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonableor unreasonable, foreseeable, or avoidable. Contractor shall be entitled only to extensions of the Contract Timeas sole and exclusive remedy for such delays, in accordance with and to the extent specifically provided herein.

Damage to Property The Contractor shall preserve from damage all property along the line of work, or whichis in the vicinity of or is in any way affected by the work, the removal, or destruction of which is not called forby the plans. This applies to public and private property, public and private utilities, trees, shrubs, crops, signs,monuments, fences, guardrail, pipe and underground structures, public highways, etc. Whenever such propertyis damaged due to the activities of the Contractor, it shall be immediately restored to a condition equal to orbetter than existing before such damage or injury was done by the Contractor, and at the Contractor's expense.The Contractor's special attention is directed to protection of any geodetic monument, horizontal, vertical orproperty corner, located within the limits of construction.

E-Bid #20130150

Page 28 of 38

Final

Crime Scene Laboratory Renovations

National Geodetic Vertical Datum 1929 (NGVD '29) or North American Vertical Datum 1988(NAVD '88) monuments shall be protected. If in danger of damage, notify:

Geodetic Information Center6001 Executive Boulevard

Rockville, MD 20852Attn: Maintenance Center (301) 443-8319

City of Port St. Lucie vertical or horizontal datum shall also be protected. In case of damage or ifrelocation is needed, notify:

City of Port St. LucieParks & Rec

121 SW Port St. Lucie BoulevardPort St. Lucie, FL 34984-5099 (772) 871-5175

SECTION XIXLICENSING

Contractor warrants that he possesses all licenses and certificates necessary to perform required work and isnot in violation of any laws. Contractor warrants that his license and certificates are current and will bemaintained throughout the duration of the Contract.

SECTION XXSAFETYPRECAUTIONS

Precaution shall be exercised at all times for the protection of persons, including employees, member of thepublic and property. The safety provisions of all applicable laws and building and construction codes shall beobserved.

Safety Data Sheets - Contractor is required to provide a copy of the Safety Data Sheets (SDS) for allchemicals used in the execution of their work. The SDS must be maintained by the user agency.

Personal Protective Equipment (PPE) - All personnel are required to wear PPE in the process of thework including eye protection, hearing protection, respiratory protection as necessary, gloves, approvedsafety boots with steel or composite toes, reflective vests and any other PPE as necessary for the work.

Safety Precautions - The Contractor shall erect and maintain all necessary safeguards for theprotection of the Contractor's employees and subcontractors, City personnel, and the general public;including, but not limited to, posting danger signs, coned off vehicles, arrow boards and other warningsagainst hazards as is prudent and/or required by law to protect the public interest. The Contractor'semployees shall wear company uniforms, safety vests, safety boots and safety glasses. All damage,injury or loss to persons and/or property caused, directly or indirectly, in whole or in part, by theContractor's employees, or subcontractor(s), or anyone directly or indirectly employed by said partiesshall be remedied by the Contractor(s).

OSHA Compliance Contractor must agree that the products furnished and application methods willcomply with applicable provisions of the Williams-Steiger Occupational Safety and Health Act of 1970.

E-Bid #20180150

Page 29 of 38

Final

Crime Scene Laboratory Renovations

SECTION XXIASSIGNMENT

Contractor shall not delegate, assign or subcontract any part of the work required to be performed under thisContract or assign any monies due Contractor hereunder without first obtaining the written consent of the City.

SECTION XXIITERMINATION, DELAYS ANDLIQUIDATEDDAMAGES

A. Termination for Breach of Contract. If the Contractor refuses or fails to deliver material as requiredand/or prosecute the work with such diligence as will insure its completion within the time specified in thisContract, the City by written notice to the Contractor, may terminate Contractor's rights to proceed. Upon suchtermination, the City may take over the work and prosecute the same to completion, by Contract or otherwise,and the Contractor and his sureties shall be liable to the City for any additional cost incur red by it in itscompletion of the work. The City may also in event of termination obtain undelivered materials, by Contractor otherwise, and the Contractor and his sureties shall be liable to the City for any additional cost incurred forsuch material. Contractor and his sureties shall also be liable to the City for liquidated damages for any delayin the completion of the work as provided below. If the Contractor's right to proceed is so terminated, the Citymay take possession of and utilize in completing the work such materials, tools, equipment and facilities asmay be on the site of the work and necessary therefore.

B. Liquidated Damages for Delays. If material is not provided or work is not completed within the timestipulated in this Contract, including any extensions of time for excusable delays as herein provided, theContractor shall provide to the City Two Hundred (5200.00) dollars as fixed, agreed and liquidated damagesfor each calendar day of delay until the work is completed. The Contractor and his sureties shall be jointly andseverally liable to the City for the amount thereof.

C. Excusable Delays. The right of the Contractor to proceed shall not be terminated nor shall the Contractorbe charged with liquidated damages for any delays in the completion of the work or delivery of materials dueto: (1) any acts of the Federal Government, including controls or restrictions or requisitioning of materials,equipment, tools or labor by reason of war, national defense or any other national emergency, (2) any adverseacts of the City, (3) causes not reasonably foreseeable by the parties at the time of the execution of the Contractthat are beyond the control and without the fault or negligence of the Contractor, including but not restrictedto, acts of God, acts of the public enemy, acts of another Contractor in the performance of some other Contractwith the City, fires, floods, epidemics, quarantine, restrictions, strikes, freight embargoes and weather ofunusual severity such as hurricanes, tornadoes, cyclones and other extreme weather conditions, and (4) anydelay of any Subcontractor occasioned by any of the above mentioned causes. However, the Contractor mustpromptly notify the City in writing within two (2) days of the cause of delay. If, on the basis of the facts andthe terms of this Contract, the delay is properly excusable the City shall extend the time for completing thework for a period of time commensurate with the period of excusable delay.

D. Termination by the City. The City may terminate this Contract with or without cause by giving thevendor/Contractor thirty (30) day notice in writing. Upon delivery of said notice the vendor/Contractor shalldiscontinue all services in connection with the performance of this Contract and shall proceed to cancelpromptly all related existing third party Contracts. Termination of the Contract by the City pursuant to thisparagraph shall terminate all of the City's obligations hereunder and no charges, penalties or other costs shallbe due Contractor except for work timely completed.

E. Termination for Insolvency. The City also reserves the right to terminate the remaining SERVICES to beperformed in the event is placed either in voluntary or involuntary bankruptcy or makesany assignment for the benefit of creditors.

E-Bid #20180150

Page 30 of 38

Final

Crime Scene Laboratory Renovations

SECTION XXIIILAW, VENUE ANDWAIVEROF JURY TRIAL

This Contract is to be construed as though made in and to be performed in the State of Florida and is to begoverned by the laws of Florida in all respects without reference to the laws of any other state or nation. Thevenue of any action taken to enforce this Contract shall be in St. Lucie County, Florida. The Parties to thisContract hereby freely, voluntarily and expressly, waive their respective rights to trial by jury on any issues sotriable after having the opportunity to consult with an attorney.

SECTION XXIVREIMBURSEMENTFOR INSPECTION

The Contractor agrees to reimburse the City for any expenaitures incurred by the City in the process of testingmaterials supplied by the Contractor against the specifications under which said materials were procured, ifsaid materials prove to be defective, improperly applied, and/or in other manners not in compliance withspecifications. Expenditures as defined herein shall include, but not be limited to, the replacement value ofmaterials destroyed in testing, the cost paid by the City to testing laboratories and other entities utilized toprovide tests, and the value of labor and materials expended by the City in the process of conducting the testing.Reimbursement of charges as specified herein shall not relieve the Contractor from other remedies providedin the Contract.

SECTIONXXVAPPROPRIATION APPROVAL

The Contractor acknowledges that the City of Port Saint Lucie's performance and obligation to pay under thisContract is contingent upon an annual appropriation by the City Council. The Contractor agrees that, in theevent such appropriation is not forthcoming, the City may terminate this Contract and that no charges, penaltiesor other costs shall be assessed.

SECTION XXVIATTORNEY'S FEES

If this matter is placed in the hands of an attorney for collection, or in the event suit or action is instituted bythe City to enforce any of the terms or conditions of the Contract, Contractor shall pay to the City, in such suitor action in both trial court and appellate court, the City's costs, and reasonable attorney's fees for theanticipated cost of collection and judgment enforcement.

SECTION XXVIICODE OF ETHICS

Contractor warr ants and represents that its employees will abide by any applicable provisions of the State ofFlorida Code of Ethics in Chapter 112.311 et seq., Florida Statutes, and Code of Ethics Ordinances in Section9.14 of the City of Port St. Lucie Code.

SECTION XXVIIICOMPLIANCEWITHLAW, RULES & REGULATIONS

Contractor shall be held responsible for any violation of laws, rules, regulations or ordinances affecting in anyway the conduct of all persons engaged in or the materials or methods used by it, on the Work. Contractorshall give all notices and comply with all laws, ordinances, rules, regulations and orders of any public authority

E-Bid #20180150

Page 31 of 38

Final

Crime Scene Laboratory Renovations

bearing on the perfot niance of the Work under this Contract. Contractor shall secure all permits, fees, licenses,and inspections necessary for the execution of the Work, and upon termination of this Contract for any reason,Contractor shall transfer such permits, if any, and if allowed by law, to the City.

SECTION XXIXPOLICYOF NON-DISCRIMINATION

Contractor shall not discriminate against any person in its operations, activities or delivery of services underthis Contract. Contractor shall affirmatively comply with all applicable provisions of federal, state and localequal employment laws and shall not engage in or commit any discriminatory practice against any personbased on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mentaldisability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery.

SECTION XXXSEVERABILITY

The Parties to this Contract expressly agree that it is not their intention to violate any public policy, statutoryor common law rules, regulations, or decisions of any governmental or regulatory body. If any provision ofthis Contract is judicially or administratively interpreted or construed as being in violation of any such policy,rule, regulation, or decision, the provision, sections, sentence, word, clause, or combination thereof causingsuch violation will be inoperative (and in lieu thereof there will be inserted such provision, section, sentence,word, clause, or combination thereof as may be valid and consistent with the intent of the Parties under thisContract) and the remainder of this Contract, as amended, will remain binding upon the Parties, unless theinoperative provision would cause enforcement of the remainder of this Contract to be inequitable under thecircumstances.

SECTION XXXIENTIRE CONTRACT

The written terms and provisions of this Contract shall supersede all prior verbal statements of any official orother representative of the City. Such statements shall not be effective or be construed as entering into, orforming a part of, or altering in any manner whatsoever, this Contract or Contract documents.

(Balance of page left intentionally blank)

E-Bid #20180150

Page 32 of 38

Final

Crime Scene Laboratory Renovations

IN WITNESS WHEREOF, the parties have executed this contract, the day and year first above written.

CITY OF PORT ST. LUCIE FLORIDA

CONTRACTOR

By: By:City Purchasing Agent

(Authorized Representative of CompanyName)

State of: County of:

RPfnrP rr r,Prcnriallr arir^P irP 1

(Please print)Please check one:

Personally known

Produced Identification:(Type of identification)

and known to me to be the person described in and who executed the foregoing instrment, andacknowledged to and before me that executed said instrument for the purposes therein expressed.

(s/he)

WITNESS my hand and official seal, this day of , 2018.

Notary Signature

Notary Public State of

at Large.

My Commission Expires

(seal)

E-Bid #20180150

Page 33 of 38

Final

Crime Scene Laboratory Renovations

CITY OF PORT ST LUCIE121 SW Port St. Lucie BoulevardPort St. Lucie, Florida, 34984772-871-5223

REFERENCE CHECK FORMBidder Instructions: Fill out top portion only.

Please print or typeBid Number: 20180150

Title: Crime Scene Laboratory Renovations

Reference Instructions: The above Bidder has given your name to the City of Port St. Lucie as a reference.Please complete the information below and fax within five (5) days to 772-871-7337.

Describe the scope of work of the contract awarded by your firm to this Contractor.

What manufacturer's product was used?

Was the project completed on time and within budget?

What was the project completion date?

How many projects has this vendor completed for you within the past 5 years?

What problems were encountered (claims)?

How many change orders were requested by this Contractor?

How would you rate the Contractor on a scale of low (1) to high (10) for the following?

Professionalism Final ProductQualifications CooperationBudget Control Reliability

Would you contract with this Contractor again? Yes [ ]

No [ ]

Maybe

[ ]

Comments:

Thank you.

For OMB Use OnlyReference CheckedClerk Checked

Bidder/Respondent:

Reference:Email:Person to contact:

Telephone #:Fax #:

)

[-Bid #20180150

Page 34 of 38

Final

Crime Scene Laboratory Renovations

DRUG-FREE WORKPLACE FORM

The undersigned vendor in accordance with Section 287.087, Florida Statutes hereby certifies thatdoes:

(Name of Business)

1. Publish a statement notifying employees that the unlawful manufacture, distribution,dispensing, possession, or use of a controlled substance is prohibited in the workplace andspecifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy ofmaintaining a drug-free workplace, any available drug counseling, rehabilitation, and employeeassistance programs, and the penalties that may be imposed upon employees for drug abuseviolations.

3.

Give each employee engaged in providing the commodities or Contractual services that areunder bid a copy of the statement specified in subsection (1).

4. In the statement specified in subsection (1), notify the employees that, as a condition of workingon the commodities or Contractual services that are under bid, the employee will abide by theterms of the statement and will notify the employer of any conviction of, or plea of guilty ornolo contendere to, any violation of Chapter 893 or of any controlled substance law of theUnited States or any state, for a violation occurring in the workplace no later than five (5) daysafter such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance orrehabilitation program if such is available in the employee's community, by any employee whois so convicted.

6.

Make a good faith effort to continue to maintain a drug-free workplace through implementationof this section.

As the person authorized to sign the statement, I certify that this firm complies fully with the aboverequirements.

Bidder's Signature

Date

E-Bid #20180150

Page 35 of 38

Final

Crime Scene Laboratory Renovations

E-BID #20180150Crime Scene Laboratory Renovations

CONTRACTOR CODE OF ETHICS

The City of Port St Lucie ("City), through its Procurement Management Department ("PMD") is committed to a procurement process that fostersfair and open competition, is conducted under the highest ethical standards and enjoys the complete confidence of the public. To achieve thesepurposes, PMD requires each Contractor who seeks to do business with the City to subscribe to this Contractor Code of Ethics.

♦ A Contractor's bid or proposal will be competitive, consistent and appropriate to the bid documents.

♦ A Contractor will not discuss or consult with other Contractors intending to bid on the same contract or similar City contract for the purpose oflimiting competition. A Contractor will not make any attempt to induce any individual or entity to submit or not submit a bid or proposal.

♦ Contractor will not disclose the terms of its bids or proposal, directly or indirectly, to any other competing Contractor prior to the bid or proposalclosing date.

♦ Contractor will completely perform any contract awarded to it at the contracted price pursuant to the tenns set forth in the contract.

♦ Contractor will submit timely, accurate and appropriate invoices for goods and/or services actually performed under the contract.

♦ Contractor will not offer or give any gift, item or service of value, directly or indirectly, to a City employee, City official, employee familymember or other vendor contracted by the City.

♦ Contractor will not cause, influence or attempt to cause or influence, any City employee or City Official, which might tend to impair his/herobjectivity or independence of judgment; or to use, or attempt to use, his/her official position to secure any unwarranted privileges or advanta gesfor that Contractor or for any other person.

♦ Contractor will disclose to the City any direct or indirect personal interests a City employee or City official holds as it relates to a Contractorcontracted by the City.

♦ Contractors must comply with all applicable laws, codes or regulations of the countries, states and localities in which they operate. This includes,but is not limited to, laws and regulations relating to environmental, occupational health and safety, and labor practices. In addition, Contractorsmust require their suppliers (including temporary labor agencies) to do the same. Contractors must conform their practices to any publishedstandards for their industry. Compliance with laws, regulations and practices include, but are not limited to the following:

o Obtaining and maintaining all required environmental permits. Further, Contractor will endeavor to minimize natural resource consumptionthrough conservation, recycling and substitution methods.

o Providing workers with a safe working environment, which includes identifying and evaluating workplace risks and establishing processesfor which employee can report health and safety incidents, as well as providin g adequate safety training.

o Providing workers with an environment free of discrimination, harassment and abuse, which includes establishing a writtenantidiscrimination and anti-bullying/harassment policy, as well as clearly noticed policies pertaining to forced labor, child labor, wage andhours, and freedom of association.

Name of Organization/Proposer

Signature

Printed Name and Title

Date

DISCLAIMER:This Code ofEthics is intended as a reference andproceduralguide to Contractors. The information it contains should

not be interpreted to supersede any law or regulation, nor does it supersede the applicable Contractor contract. In the case of any

discrepancies between it and the law, regulation(s) and/or Contractor contract, the law, regulatory provision(s) and/or Contractor contract

shall prevail.

E-Bid #20180150

Page 36 of 38

Final

Crime Scene Laboratory Renovations

CITY OF PORT ST. LUCIE, FLORIDAE-BID #20180150

Crime Scene Laboratory Renovations

CONTRACTOR VERIFICATION FORM

THE FOLLOWING IS TO BE COMPLETED BY PRIME BIDDER:

Name of Firm:

Corporate Title:

Address:

(Zip Code)

By:(Print name)

(Print title)

(Authorized Signature)

Telephone:

Fax:

State License #

County License #

(ATTACH COPY)

(ATTACH COPY)

City License: (ATTACH PROOF OF REGISTRATION WITH THE CITY)

Type of License:

Unlimited (yes/no)

If "NO", Limited to what trade?

E-Bid #20180150

Page 37 of 38

Final

Crime Scene Laboratory Renovations

CHECKLISTE-BID #20180150

Crime Scene Laboratory Renovations

Name of Bidder:

This checklist is provided to assist bidders in the preparation of their bid response. Included in this checklistare important requirements that are the responsibility of each Bidder to submit with their response in order tomake their bid response fully compliant. This checklist is only a guideline -- it is the responsibility of eachBidder to read and comply with the Invitation to Bid in its entirety.

E-Bid Reply Sheet/ Questionnaire #20180150 with proper signatures upload to DemandStar

5% Bid Security uploaded to DemandStar and mailed in within five (5) business days after theOpening or the bid shall be considered non-responsive.

Copy of Insurance Certificate in accordance with Section XI of the E-Bid documentsUploaded to DemandStar.

Copy of all required licenses and certifications to do work in the City of Port St. LucieUploaded to DemandStar.

Drug-Free Workplace Form uploaded to DemandStar

Required forms: Reference Check Form, Contractor Code of Ethics, Contractor VerificationForm. All forms are to be uploaded to DemandStar

Required W-9 as per Section 1.13 uploaded to DemandStar

Copy of the Checklist uploaded to DemandStar

Each Bid Addendum (when issued) is acknowledged on the E-Bid Reply Sheet/ Questionnaire#20180150

Have reviewed the Contract and accept all City Terms and Conditions

All pricing has been mathematically reviewed and all corrections have been initialed

All price extensions and totals have been thoroughly checked

**This Form Should Be Returned with Your E-Bid Reply Sheet/ Questionnaire #20180150**

E-Bid #20180150

Page 38 of 38

Final

Attachment AE-Bid #20180150

LOCATION: 121 SIN PORT 5T. LUCIE BLVD,PORT ST LUCIE, FL

DRAWING LISTSHEET tt TITLE REVISION DATE

A-0 COVER SHEET

A-0.1 GENERAL CONDITIONS

A-I NEW FLOOR PLAN

A-2 DETAILS t SCHEDULES

A-3 PAINT

COATING

A-4 RESINOUS FLOOR

E-I ELECTRICAL PLANS

m-o MECHANICAL PLANS

i MECHANICAL PLANS

MECHANICAL DETAILS

M-6 MECHANICAL SCHEDULES/SEQUENCES

P-I PLUMBING PLANS SCHEDULES

DETAILS

«PTR

'cam. Nara. 1nI

ITIRAAT TaRNTL

an ...Asa 8:E03:13TRaRL

...Arc Tu.

Las ...Ara OGEMDZ3

PP.",

EgSild RAT.

02D!ICRD

MZI2;1 *N.

=al rams, ow ®

,,Polr ^P.°.

IT-026

PRINTING DATE, 02/2012016

C51 LAB121 SW PORT ST. LUCIE BLVD

PORT ST.LUCIE FLDECEMBER 20, 2017

REVISIOS.

@(f)

Lac L.-Lc, car.,

anLau.. Lama,.

a., aaaa,a ...as an. azu uanan

wan.,

----I

LA aaa aaa

La as,.Lacacaaa

ITO NON,

LISO

mu.ncu_n. na=BM ',Ana

araau

La.,. T..NMI

Laa

O. TTNAO. n71aTT.

Ul.•GT

RLVDTO. R. L1,

-TOA. TV a, .n.,aLTOR a. ..LL

a..aTMMaal.IA

aua

,,ENTS

SHEET NO.

A-0

DRKLIMG TITLE.

COVER SHEET

1 of 12

Z1 to Z

4.1/0110 3° .11.1.3

.L°-.1

091081OZ# P!8-3V luauayPelly

val.. .3of1=00033iL3^na3im3ia..43 31i 0430333.3,...31..l 3o 3us 3333 .or 1331 33.01 3X1 333.4'340'31370333.0.135

Ol 0,...4053x141 5...33.0.3. 3.1ft.31.1.3.. 3033.114.313Ol33,33350.5

ww .03.

3101 301EN3dY au 3030to..x . 3030/03333 3oIU3w

q3HL 040.9350310'3.33

0n 03.. x3334 30.3 333 .3.130

.0'mb@l30 .i3 33mU133d'0.3.0.3. 0.0 .0 .40 .07.3Hy10.3a30. 13.0.Y3 . .3 oi 410. r0,0a.

..On 3... S

Y.3Ad.OxV ...a3x111510 .0

740X31413.011 3.X3.534

51..4..33tl10. 0?d'2d.40040'3..N .0.3X1333X340 .3330 .rryn

. 3.0.. 0133.0.0

4t 38.330.30' 1564

3v.34H1'5110413101331,01411l.tld*313

^S0413 91d1Y31 1145 3X1

59340'.3 5 ixL 7 5.14 31..030 .hlhaw. 0313313.14.31100

.0.100.000

./0

l3w 9x"137103Sx33.5 530403

313310)03..0c. v 3.'99533.34 4301 3i1135Y(v0131X,0033033 L]303dI

34171051,0. 3303 .3033341Y50h01.01133334.1 Ol4331 .3.0OM'E01300.01.1.33 .33/3,3 .ll03. 31

BOa.041.X4031311.X.`3.3XmM1n3330 3300101U 11333WY0 01811.5 OxY 03330. 1030 1730 . 4404053 . P.f0..0(3

4130 34 10.3 033.. 51114Vdd00014 11440(03 ..UIl vv.Y3dOT.1..13135,333.,00 0( ..033 l

.^M

0

i) 33.13 40.405430403

600.3 3]!.31..3 13.143.'3..OItl

Lam 34309MlX

.9014 .00. . X43..010,303.

5.3. 33331,01 3x0..1.5 913(430. 0.33.1X10

0. 9010.31v3IIO9 3331903300331*1301ML v. .

3

0431.703 3.1111.510400.04,013

lX3X313..33131.3.1.

03 1in.33Y g)irv5i..9 13.3one0W[O1.303

1.33

03300.

4..3 30.03s Hu.

41041 33.10 7 310. 3X1114013p

10tt15

31''3.°0

0.3L1A3030.4"5•.3033AM'.MDl 3N103tl'1 v301 333.X03'00. L0%l5

3400.1.10..13337010V33Y3tl 3. .0... 300 79.'.13030. 30101 5531.1 .1133/.0m1Ad4.X3380.:30340

333.

X1[. 19104033..O 14L03 34n

00 x433 33300 .13 .3.nSY

030.X,3 .104 010.3 rUVL .3 30 sal

3 33.300

0055VM^ .. '5335 0.3. ss,.

^.)

e

ml3''4130

X391.531. 4..3 .s.3 4.4031 Hnor.3

lat dvn .

3 333.33 3nL '90 4.: 33 3.u 333 c.3031.. 0eH3'3ro 3H..0j

3'^9^0tt3553

'0415)9 a 531.93.00.3343430.3315344070009

..00 .0 arc...33OKI d U003..

133Y30530Mr'f133X56"3

15 N.r 13.. 014 .0'Ols.ld

R17041i9 '14^3.5014 1)0 ..as 311 51301510 099'311 .i.3 '11

.3'0 .0 `33.314311511 0 13115114.30113033 1 ^f^U3X43 001 A ni 0^N

0.x5#04n

33 .41. 333.030..30.3Jo.131003.3n 111003. 734.5

30. 0.0. 933.5 0303 .

3

533 0M' .310 0.03.X03.030. 145 3XH13HJ10131[. 333.3033Bfd'5p30..233 33T13053333^N.

.11. 313 30510 .1. W1. 3.3 .o 1331 404.11 ..03o. 30 3151...4X3095 .

003 3UID].T 31X10 003130331103030 . 13 a0. 09..3133.03

Haim 1310 '4.331.1 .1091931 9...

ails03311.5.3'15,3°t01 3 3.03

six13as0333xn.°M' s3105133X.240 i0'q 0101add

.333

Y' 14 aA 'Tx.. 903 30,5 sr. 34. .

..3 00.300 3 7 11 3101001 5011.7'.3.3 370Ua 4334 .1011900 93 33 .40. 03x,31.3. . 315

.0 0.33333 33s. 543....033 333 QM 435.

N

X

3.043401 -1Z.FDIS 0'141.04

COOO .0.Qn 3, 1130.101393..01.010911.

.U/1N3 3X1 0

1,013)30 30 01

3310.10 .50UtldM 7

1.13,05.1 50 0310. X 3405 0.3 001 OL 901030140!I030400 .41)3. 3HL .01...1x13 301.33.

LLLU93x

Hi W ...I 013'...4030 X 30,0 1T'Ir C3..3.00 .0 3..0lh 1f31Y5

9

.3 14-0. 1 03

30.0 3. 30 1311J^

333'33. .0. 393. 33. ran .303,3333ou.50110.3.

3LL113"3LL3ntl3ma 3x1 00.

..Y . 303

1?i13dd4m31505 3X1•

41043001 n3WLLN91m3 I .0. 4333.003 . au 3.033 43 1. OCO3o030.0 113 .L51LI0315B'R.. 3. m to..0 L.34..o, ?Hi no 03

Joor.OL 13159340.3

Soo 033y

3411410400011)2153 x31051343033401

401v.U5AdS 50.03.

w..33.. 3m 1...

.,341100 3X1..11505 031,0093 930..30

3333 33ru. 311. 333 30 40 ((9)30 131 Mw 10334303X101 031x. M 30.3 41 31Y...3448'4 H.301153.3

34 x)9 030.M3tl ?3130 43. a5, xia n i,...mi 3v H3)0i«l1

" Idg1109 }

r3.713.43030403 A3 g 31 3 003003303 30 .313.... 3, 30 .3.3

303 3o 3.33r.r 71

33 0.300010.0 3 1

411 3.303 • 10

3311 3.43.

. .000 V 3lI4

1001393 0313305 311 .30 (V0et13. 31 7 313 1.. 1113 13031.) 0tlv.. 113 .a3

w . 77aa

rr50333154.3^130x413>

.n 1103 9gN315030 - L

1.31 40'313 93931 941135 30 10 3 01 5 01

03 (6 dr

'1110514'000105331103 "0,

493 5°31 3311 (43551340033 3

='.... 3V.. 3..0 0'10113.1001.001.340331

440-40315

30005 33101 13030.1310°.1 W 3X1 .3 51331.3 313)1

033003 An...U3/3C..1 9.,030 03010 0"V 33V.a.3 ., 340. 102133000

. Ho. . 1311'Zr3w .3 10 0.1401533 O. '3 '313403 40.14100 4.033 MI 45110.400. (f)93033 3 (2) 5'9 )33 0. h. 3140N33. 400040 3Hl 5"00. 3.3.5.3s. (1

3ML[0333@,30 03f.04331 303 0. X Aw 13x1 433.030.333.43. 300 33. 9315. 033.41 00 .03 M1A3 13x34030 3X1 1.3 5

.o. oi

3. s0 .

.0 833.3 3335 V30..0 3013.5 03.3011001X531 13304530,0 0...3. r 0313..41

00..3

0.110.30033FV0AaV3#1311A000033 g343n . 0.3 51 3.0.3.

lon 03.0 33.5 1sr.0(tt2M 330 .Hrtartl 10.3.39

0

1...313X10 O 333.33%19311 400

3A^X03.L..1 0 .330e 303. 0..013019.

R .051.3503

31311133 1V 03030 0,3131301 1013 033310 130.) HIM 330,9 33. 430..4901.11111 311 30

,301'335-.91'34.X-..11 re_ 00 .111 ...A 1300.033 SY .

..3a,. 00 3o

_

90101..13131907 34 0'03140.30043

-

'sO"°wjr

3

3.A1s•3r.13n 3113.11.13 000 03. 3...3 .3. 1

30 30 H..3023xSLe.. 334 3141,01300'j3 31933 3X30 133415 M1A1 r.

1.

3,30033.1 rn 15.1 '1333030.I.03 113.3331 -

3033 134404319033. 33... 110.3131 033340 009101

303Sum33Y 333 414 3. 't.14.. 9.1.13. 1.0 o11Vdx

9,0105

531.41.403.3533 '33330c.

00 03. 3,03 .u 30.3s 49113 3.15 I.v1.01

.3 0. 13... .5 3..3. .13411013lA05 .

0

31.13 3.0.100334011 .10.401 Orn.H 903.01403y.4n'03)70141333. 3x1

lOl 3300103,00 9010.1 33 03.330 3471 0.4 ' 31.10'3W0

Ot TBrld3JT9tl11VlT .53.1335 ON/ 94113 O 90,33..1 itlY3MU1 rn 333T.an

.l so.xi 9n33103w0333. Jon 041 313"333lr 130.3. .330 3. . 03.00 ILL SS31..30 31T7Y1 .Y.Y.. 3 0.1 4 .1337.'4113

..11.. .on .0 .0.330 a. sr 0.13..0 53333010.1.3331 3.00^0 .3 3014tl 03,0153319 .

S4333:0J7HF90

I5511.51011575

K y 7 33rg31x - c40.131X34330

L....0MLw'3.1,009. 0.14.d.d

.1=31403 3.-.. 40 X0 03

90 7.154 I..0.1100430 3, 01 .. a. 93030.00

00.3'.31.31.040 so..

3us 03.3 0. 3131.3.. 3401 0.3

X1310. 03. 3.3.3333x3.1.0 03 .01.43 311.3. r 13 3 1040,033(X1.) 1 03110) 3.3

43. .1L3Mp01101.XdLY3 3031,0333

11.303 0NV30r/,L. '3309 -

2190E-301t3s

ilkA-ra 130

100..330 30930so.Oxr =1030

3 .030.40 Sxa4M1[W 43.3.. -(.1003190 00 9013118951 03.. a. 541.34 005 - 4

'03H930..5^

10 .0 9.l 3.331f313399^ga9mSi9vix3147K133=4rm 1a 1m 3"313TN331

.303. 331391110 ^ . 6013133 44 1..5 7 .101 3x1 .3 0.1.. . A 0n 9xrYtl.1 3H1^ 13.3131335 .0 ...L...3..3 3i1L 18 a... 36 101 x.u .1 77 9x.330 033,3 5 .Tr

100

3y

nl

C. 543

91e01s31153NZi •fn ar.tl3"40 X3303 1',,""3o. .r3N 3

m30 3 3 33. 3.1 3..3.33.3 313 .01n mt 502.3x.130 . .05 .00 330

^Eb13

.l .1151'133 Y 300 X34"2wr11.mMN 0. .31 3..033 1aVh-330. 304.3. 30.0n .0 390s93 3X1 an. .3 30 3.

4 .0.3313.31

33 03

. 53.0. N.C. 9.03 .5 30.0 '4130,3'0. 30 0..

.0

wo

1011Nauo J .won an.. .03 ml ands

0x1 0.30x04

1

'.3141 13330%1

30403131.033 3.309'3'.03 43 1

.003 5.30.dY ..

033

s 3o.1a0'1'0.3 330. ♦ . 3.0.0 333343. 0140 03933300 30 01 3.3 0.30 .0-1

30..

]30.0 350.1 aw.3A 0. } 09 14403331.11X13/3000% 835149.

.H10 1403)0 '.11 Ga0 b133r3502313 3x1 .3 aJ1M111p)1gr10'ell9030 3313[.39 313 10 03140 39 a.TV 143

.30. 'L351)0333,05...0IXr20533d (10331 1x01 33 3d11tt3 373 L 1303.31.033.300301 .a. 300 0,0 3130030,0.3^30 ^ .041333R031S 3

34 .3HL .4404371 333 .17413) 333.3==1000 4104.3 X 1. 9g1313ad13L3 UxvN{34110 044130330

S31A331 T 11333.3 3 491..10,03 3LL^ a 3.f.0. 30. 7 N. 33.33 4l 0

30 33o. 0.33.

0003)LL 10 033333 4Jo

au .3 4. (4.... 4.3

0131.333333)194131m )LY

31 9314 1 W .01.3,04%5 1. on too.HI1 3014.333. 59301 -1

7948135

3r.33. 33. .0..sa .33 404.330 3311 .41..3003=3.0#0 3313..3010. 3.1003 13'313r no430313-tl

'

94..x •3 of 30333 50 3 3 .3 31331a. 3 1 On.0115.133111y 33N

3un13340.41.33..3 ...04m3tl 10391 can

.-30.nl3aoi 137+950.30350.Yi0A13^3 9.30...33axm 30. 73 01 .33

s3 0,. van..0.

r03m 1/0303. . 3 .3, ols 3. 3o 3300n 00 933

J3llVb5V3'3.03 030. . 30 1 f.A

1.AN1/^ nM nrld"^3a+A£f^i3a30 Ol ml Mf33RV 03.303 9.03. 1113..03 9.3.n

.330 '. 05 d3I'.1. 30.1'X.0'1Hq 7 5333.5 ..501 30?13 3103 .3

...00.0 .3,3 0li 301031/340 311 4.313 133.3.. 1033 541 0.0 Jo

33030. 1111010.0111 01 10 0.331. 30'on.1X 33. 0155 ...In 991. '

03103. d

3301 3x1.03sr 4.03 90 . 303 0 . OY 3X119311 100J03ax043 0 S30.33 4... 03003.s 1003 x00 Oro 004

. '50730 S. LN 31311011 9.00. no .3.30'9.5 33

3113.04A.173tl 53. p ANVW0) 1113901'3...400.1131

7 51 '33 314 1

1 30..140 3300"0340 331333 H23 IM '03°33 33310...v,o v 33 .33 3x1 33.3 3

au .30 04.. .3 0.3 033.33 03 3Tm5

33eU 34 .L .3033 m.. 30 oi

3.0 .1 3. .3..1.5.5. 3400303.301109133. 54013313

423'

3 131014 10010101913 930 313491X33 30431037 .9.4,. 3.3 . . 30 1405 .L1r191n 301101003 4953 9,34.E ao 530.3.3J3eg5

031.!

X 01 315 303 10.14.0033 13333.15Oro3..303 0.13 .. 333 . A.3d.d 3x1 3u.A 01an... 311

33 m 9..11.0 0 .03000.

043330 In..33

30193

vl 0..03' 1. 3.400..))05.00 3.3 a35.8 a. .1.305 0

.303.335 9x4913 30 .0103.3.3 300 Ol 3103 HM 10 .5/13') 39 1113 1^ 53.0?. 33. 30.111.4 39.403 1X1.3313399x333 30 to 34. 0.'0.0. 03.15

3Hl . Nu5 •3 R 33.5 1tl 430iY a. 00 re. 0.333 9..0d33330u.r -5

.1,01033.,003310511540 3x1 ..1414 . 0.31..) . 33...15 0.190 3x1 01 39.400 .0 .3 33e.o.3 38

if 1)0 0 1401 TM

2011) 1 4 91095193413303 3.

Tr... 3.00.33 N.13103a

Y 3301311140 5.30150 16 304,05 .3 Ga. 90143. 31. 303.3.3 .03s ON 333.3 333. . AYYi51HL mrKrmhm .3

109.304131 130 O. 194 1X30330 01 901.3. 13.3. 3.l '3

1V1NML3tln7gLCV3033.40 3010310511310315 .19p .3 30 .103301 1123.00.331 .'033.1 0x0 301,0030 '0;tl 0.41433.5 .. 30Va3W .„m 1. X05303.3.3 oL

4'

Sr OS3.0 .33...1,031033 11....33..00 0x.13043 7

40.319.,0.11.,00 ....a 4.00. 3.3 . 1... 33 .00 03nrrr"3pin511.1L'4^3vIdM".LV),0v.,"1111403,01A^a3'31,Y,2d3^03""0'.,3193 03

Sv w S1a3433itl440.0X337%3 080 935 A^ 33u1A U3tlwi/Oitl n r11v3 504 OL 1.KAJ3. .0 0 S3 c3iRlf 0n 9.30.L[3

30.20030310. -'r

30.35.3 5'40 00. 00433x. 330-. 033..N I...933.0 3.

Z<tl400311/t9010n.3110 41-on a l

C. 'S311nl 03 403 3.3'0. '303335 1dmKq 33 33x1'0105'117131)1131

94113

,0131^19q. 33 30 0'1 9 11

.3

3ns 3 .3 3313',..3. c. 034. 311'1N..003.3 0. 315 30•..404.310.3 tlNM10'a3110".' LW 0.4031.03 3.383w 0...03... 403 19340)3HL 3051 3140 3.3.

03.0.3oa 34v3010"0tlr.3.1331 1V 3.3153 3. Hi. .331343.1 .1304.73730 2

30.4 10 mNJ3dm X 111» H. 33.333 .140Ol 9034000.331

.T'130J

13 3X350.01 31.03.5

nJN[K3310M,. ON.' x11 3. 31333305 3. oi

. U .3l

100343300 33.3300A l '933Md S3 9 31 .00003 x3LL so74. 00 (33.0

093ro341 1 Ya3A.l

31 II 0.

0

101.1.81,00 .704233 oirrr1'1M1s 3.U. 0aV'..

30330.r. 30 11.5 03..0 .1T.. 301.11031.4011 .4. u..a .3 1

SIT..

Hero 3.'Dal. 3.33410 1. 3. nonI11N0.3. 3..03 3101.0 3. X10 tldOll.33303 311333Hm1. 31MY01n3'15N1M01i39113 • 3300 51701 00.33 3HL

m 3 013.14031311 4,i^/0.

01 3.00 130.3 1mi5 3405 1MW0) 31 V

333 .0 1330.) u0xw3m 0.x130 18 31513,01 Sv Id33h-3--40300314 3331. -L

.arn014141 3 3

4.19703 ..043''1/,00533 413...50f0Y3M303u

... 74.10.3.01X1043 0.110)'..o3330315

,3'Y .041X4.330 000 1.0 . H... 3300.u . .34 31..0.37 4 1 103)3s awn 33034

3. 303^s1N1m

191

„. ^ ^ 03..5 rao 3033075-

53

00003Rfi146

01 03 3519 3X1 01 03000 30 01 11301. 311731153(0 x09aMll

04.1 (0 0, 3, 03 3539 31 01 03000 30 01 I.. 003

15-2 0. 3131113.

40.341.33 513013000.311 30 5 3 3 3 43 31030 .5 10. 31500.33

1540 (B3103 3513 313 433 0110910 30 01 1.444 0.1 33030(00191 S1

4231. 491.031.00193 .

0424.013543014.0.03 .3 0 10.0.. 0341.3

3.

'33301 333 01 0351.4233 X

40.3334,333 80031 .i. ,A W33 4073333401394131X35 1 3 M 310

1• 91

0.x1 mn59 30 Tr13303Xx5130Mr310351.9m S

511.3...31.13333X3430 3343 3 .14. 1431'33 01 .1.. 3173 a. 00. 50^InmOxr 9001.071333330513ro al ...Es 3.30r10530. 3383-5

.0..N98a9iV 330931,0 ZY 110 3='93X.030

0.W3O -I

9 303 11. 140400 ♦ 3.'03040 tl00d 11040 9431303

40'3;01 m 10 S 3 .0 3 . 901.100 .10X1 433 30 .1 .33 Itlrl3NxgamJ03,34,00 5333»0rn 333 7 .143541 3043 '9.lrlOrn 0 3303Hx -'L

2.1T^d1M lHl 30 MI.. C. 33.0 3Hl 1B OM..d ltl0 913E 4.103 331 (Y

4111431 Qw 3301x1110 03.0 A3 0114.30 5.01 .3 3310 MI 0.00. .311 ,

0010'.317%

9Hl 3011,3 .0 3L3031Nx0p0 11'... 133 L9 0434010333.03 001sl 0130 049 110)013 rn 0. (14010. 10.00 40340 9010

T. Dell. 03/11 004101

10 11 ..b.3 Ml Y 33,r 0.314.1. 33... 301

0010 03033 3J 131130.0 3HL Ol .630. 03. 10 30XO13 313a. [email protected]

Ws 1

.M 1x54.3133 330 TM5 9H 030 .3.. O..I 71,0114030 3X1.03...

1.3131 r H

11.330 9 M13u01S 0x,04.343 3/ 00 Vii) m3 911 30 3.34 S3. 1 0.303.30.40. 33X5 03 313040 1341.0 . 3 10 .313da0330108 a. .n11u " 933 . Mrs p130303 0340 11301.434934 OL 01113.3. X14059.3.0000.0

30

3 m51N0J.333 0m 's?,13001X105 at,.,. Th

.50 h101 .1 30 331 7 3.33 3.0..4 4033.10 Xv 533 0.3

0 . .9.'14

natl. 3 339 .0 3. .3 . 3.n. 3x1 . 030331 34 3

000311004 314033,333 X.41

4x3313 90....5 305 0330.13 O(n 31314130 v .30 040 0.50

u133 30 V1 045KVi 3 30. L 091 .1 oi 334 3333 30 .05

.3 .0

111110.r111. b.0 um. 3x1 303 ...0033 X 10tl.

..01 0..13.3.. ma 3

41 4.3' 053

3113 1,0140303. 03 0 .301333 313.51 5111 033..1 .. e. 9a1531gll.0d300

.3033 ea

.3003314 M.31 9 31 18 03 0 13 3 81 33.55131313 .0a3343. 313 4 .134ti 3x1 le .3033 X 3.300.

=AV, 4%3 338'4'' '303 36 TM5 3310014 130..,01

3903 33305. an.13 .v 30313 4 1 33450011

7

301 01033031,03-185>^IIrEq

3405 511334... 3, .33o 3ni 3. 533.1171 ". ''1337 .d ..3I 0.(913. I.... 034343 30 T.5 534..1.033..4

l4

333. ..3 •00. 30 • 0.3..9013331 03303.3 433 03 4.141113 '(01.9X) 1100 ltd0 010..0 1.014 Ol .033 333 1.330 N O... 5.100333

3.m 0. 3 ry 4130 402 0 0.0 13 8'3 11.5 53.0333001. m 'S1 .f

N ...?3 3.. 03.. OI s.5w 303.3. 3x1 3.3300308303 91 11"031

01 L.. O.. X

4133310 340 0

IN1h.Y401 llfi.4 0..331041. 0 Y 00.1001.3.. 1./43uvx 10.10.11010010.

031.1 333 19 X.2331003°9,0110 543131 &W.5 SW334073 117°1314 3.334500.0.0 ..530 .. 9014.1344 401 13.133 543r114. 110

1450319300 N il5 11.1 3 '...u 30 00

30 0 4013X311333 .

10nIM'150934 1104103.30 1330061 0 t99p4

1.1x19 ALL . .135030. 34411 Ml 3n31113O0193 330 0x4 10530

. 303323X3140013. 07 VOl 113 1011

359*1 1333..X0311 7 N1,A3tl 11141 331 3303 3.403047 .f X 1405 .U..1493 11.1. aN3a 03 3MK3 17.1)3040 51 a.. 3. 10 033,033 1.1 1. 3304 3.

3/10]13503 00 .0133 Sh11A615Shu3M 01. 404 4. 3134013)1 X 3Tn X30.304E

3

3+ux.311d3n0.. 3 11415930 SS .3sf3Vr 033x1 311 .3 tl330141 9,93.x1 0311 ma. O. '015.3 ...A 0.113f31W XRw 9011 4.3.5 a. '°30X,0

U '3M11M0f 0°1S4M'3vn0L14 31 1w3rv 3 0n

3311 I tl0 3. 0r/ 9.3400 .0 31.40.. 3405 .3..03 1403x]9 3.OraH0.11. N .3043. 35.1X10. 030100 '103 30 31313.

331103314 CN1,03,0 6W 340,0.3 T.K. 111 .0 15.3 93 3e 04030 0x4 '905

n 314 3.

3H 1.10X 01 130553.4 53.5334 33 313.d30 33.5 .10. 17413,3) 14313 3X1403331403

mima1m7WY33.30.0 0141

330 on 1Wtl 1NK .130allil]rlv33., 033.3

llc4,40119

Attachment AE-Bid #20180150

IT-OBE

PRINTING DATE. OREEO.OPE

EPOXY SLABPAINT

EXISTINGEXISTING

FINISH KEY FLOOR BASE

FINISH SCHEDULE

NEW WALLS EXISTING

CEILINGWALLSREMARKS

A

B

RESINOUS FLOUR

EXISTING

RESINOUS FLOORIN

EXISTING

EPOXYPAINT

ABOVE

EXISTING

NEW WALL FINISHESTO MATCH EXISTING

CCENLARGED PLANCDENLARGED- 1 1 -0'

I HR FIRE RATED B' CMU HALL EXTENDED FROM FLOOR TO DECK ABOVE (EXISTING)

B' CMU WALL (EXISTING)

BLOCK FILL IN OPENING AS REQUIRED

3 k' METAL STUD HALL WITH k' GYPSUM BOARD (EXISTING)

AA2iEOOTI15241

TRL H.EDIEJUPfTER, FL S4TA

TEL.SCE.2-SA1

., CONSULTANT,

0v /U

NEW PLAN

scAE5

AS SHOWNSHEET NO.

A-1

OIB NEW PLAN

A- SCALD

I 1 -0'

ROOM TAG I EGFND.

minROOM N ROOM FINISH KEY

AADEMO PLANA-I

SCALE. }' A 1 1 -0'

FINISH SCHEDULE NOTE.• APPLY 1 COAT PRIMER 4 2 COATS OF EPOXY PAINT TINT EACH COAT FOR

INSPECTION OF LAYERS Q INTERIOR HALL - FINISH PER SHEET A-12

C,FNFEAI NOTESE.

DIMENSIONS AREfASDREDREPRESE.ATIEE OF

PHYSICAL SURFACES AND ARE NOTINTENDED FOR LAYOUT OF ANYPNTSICAL NATURE TO THEBEELDI`5.

ITSb. SITE T SI 5 i H CW OIR:EATONTMOPT OFGUAETE.

WIS

REwIRED. EANY DISCREPANCIES BETWEEN THEDRAHNGS AND THE ,°.F,-AT

MCBTERE.. BE GOVEREEDSTRINGENT REGVIREMENT CE THE

THE

RECORDTNO.

ARCHITECTHILL MAKE THE SOLE DECIEOH AS

rOSSTRINGENT

TO T E T• R

3000 P51 GROUT -VERTICALREINFORCEYIENT 55REBAR (TYP-ALL)

MECH EQUIP.

CAULKED BUTTJOINT GAP e

AND SEAL

ELECT. VAULT

REMOVE EXISTINGSERVICE SINK

HOSEBEAM REMOVE ROLL UP D 3R5

AND ASSOCIATED METALS -DETERMINE THE DISPOSITIONOF THE REMOVED ITEM PER

PSL PROJECT MANAGERPRIOR TO THE REMOVAL

CSI LAB

NOTE I

CONTROLNOTE I.

JOINT• REMOVE 12 1 X2'5' METAL LOUVER AND DISPOSE PROPERLY. FILL

WITH B' CMU, FLUSH WITH WALL, STUCCO FINISH ONEXTERIOR TO MATCH EXISTING E SMOOTH FINISH ON INTERIORTO MATCH EXISTING.

CAULKED BUTTJOINT GAP r

AND SEAL

NOTE 2-• PAINT ALL EXTERIOR WALL

FROM CORNER TO CORNER• COLOR TO MATCH EXISTING

SEE SHEET A-2 FOR PAINTAND COATING SPECS

3of12

Attachment AE-Bid #20180150

DOORS DOOR FRAMES

REMARKSJHW. GROUPFIN

SIZEMAT

DOOR RFIRE

RATINGTYPEMAT FINISHTTPETHICKWIDTH HEIGHT

136C 6'DOUBLE

16 GASTEEL

DOOR HARDWARE LIST

3'0 STEELX3' HOLLOW METALGREEN IU

MATCHEXISTING _

DOOR SCHEDULE

GREEN IUMATCH

EXISTING. _PROVIDE DOORS FOR WIND LOADS SHOWN

GENERAL STUCCO NOTES:

DOOR FINISH TO ^\MATCH EXISTING \

EXTERIOR DOORS

ULTmATE .LND.05 LOAD

Er

AIM CUSTOM DOOR TYPE n 6' DOUBLE

SCALE.

DOOR SILENCER

HAGER R307D OR EQUIVALENT

HAGER R236W/BL236W OREQUIVALENT

STANLEY 40DC2II TRI-PACK ARMOR EQUIVALENT

HAGER 53700 SERIESINTERCONNECTED OR EQUIVALENT

HAGER RBBII66 5.5. OREQUIVALENT

I. APPLY STUCCO PER DETAIL C/A-2. FINISH COAT SHALL RESEMBLE EXISTING FINISHLOWER LEVEL ON EACH BUILDING. SUBMIT MATERIAL AND APPLICATION INFORMATIONPER REQUIREMENTS.

2. CONTRACTOR SHALL ENSURE ALL FINISHED SURFACES ARE PROTECTED FROM OTHERTRADES WORK. THE GENERAL CONTRACTOR SHALL BE HELD RESPONSIBLE FOR ANTREPLACEMENT OF FINISHED WORK DUE TO NEGLIGENCE IN ALLOWING DAMAGE BYOTHER TRADES.

CONCAVE WALL STOP

DOOR CLOSER BOTH DOORS

LOCK SET

HINGES

3. USE SHERWIN WILLIAMS (COLOR WHEEL) ELASTOMERIC COATING AND PAINT FOR NEWSTUCCO APPLICATIONS AS INDICATED IN THE SPECIFICATION.

MATCH COLOR OFDAT5AR WARS ARE NOT AN APPROVE PROpKT FOR THE OTT OF PORT ST LUCIE

COATINGS TO PAINTS.

3.1. WALL COLOR: TO MATCH EXISTING3.2. TRIM COLOR: TO MATCH EXISTING3.3. DOOR COLOR: TO MATCH EXISTING3.4. CAULK ALL AREAS THAT REQUIRE CAULKING PRIOR TO APPLICATION OF EXTERIOR

PAINT OR COATINGS.3.5. NEW STUCCO WORK ON THE EXTERIOR AND AROUND WINDOWS SHALL BE SEALED

WITH A MINIMUM 16 MIL ELASTOMERIC COATING (COLOR TO MATCH TOP COAT) ANDA TOP COAT OF ACRYLIC PAINT. SAME AS SPECIFIED. NO EXCEPTIONS. CURINGTIMES FOR STUCCO SHALL BE PER MANUFACTURERS WARRANTY PRIOR TOAPPLICATION OF PAINTS AND COATINGS.

PROTECT AND CLEAN ALL EXTERIOR METALS AND WINDOWS FROM PAINT. COVER ALLCONCRETE WALKING SURFACES TO PROTECT FROM PAINT SPLATTERS.

CMU WALL

A -B

NOTEINSTALL R5 REBAR DOWEL INTO ADJACENTVERTICAL SURFACES 16' OCEPOXY 6' EMBED INTO EXISTING AND ALLOW 6'INTO NEW WORK GROUT SOLID 1ST CELL (TTP)

EXISTING EXTERIORSTUCCO FINISH

RECESSED FILLET ALONG NEWWALL @ H-2' B' A.F.F - ALIGN

TO MATCH EXISTING

ALL EXTERIOR WALL TOBE PAINTED TO MATCH

EXISTINGRECESSED FILLET

ALONG NEW WALL @H=0' 0' A.F.F. - ALIGN

TO MATCH EXISTING EXISTING

EXTERIORFLOOR

INT. EXISTINGINTERIORPAINT

2'LEVEL

EPOXY PAINT CMU PER PAINT tCOATINGCOATING SPECS - COLOR TOMATCH EXISTING

EPOXY PAINTPLYWOOD PER

PAINT t COATINGSPECS - COLOR

TO MATCHEXISTING

NOTE• SEE GENERAL STUCCO NOTES• SEE SHEET A-I2 FOR PAINT 4 COATING SPECS

^C\STUCCO WALL FINISHA-2

SCALE, NTS

1/4'm TAPCON 6' 24'O.C.W/ 2'WASHER

I' X 4' TRIM BOARDS ATAROUND THE PERIMETER

OF THE CEILING

A ENLARGED ROOF INSULATION DETAIL0A-2

SCALE. I' - I'-O'

NOTE:CAULK ALL JOINTS AND GAPS WITH LATEX SILICON CAULKCOMPATIBLE WITH EPOXY COATING.

SECTIONSCALE, I' - I'-0'

-4' RIDGED FOAMBOARD INSULATION

' PLYWOOD

SCRATCH COAT

BROWN COAT

FINISH COAT

17-026

P RRTNO DATE. 02/SO/TOB

4 of 12

Attachment AE-Bid #20180150

.0.

DETER. 50015 480 CO.Dr..

.nIER, #041240(011110121, .504.50011)I. 10440052 .

SO. FLEXBOARP, 101061E, A.

2)

4500011 . 5. 520 000515)0- 500<010414405).L. (.H-..).

.TERB.Eo

T.- 5ER..2. U..TE .S.IT .T5,

...ETA 5.s. ..

P P. np.sT.K 5RE-EAT.nED3. CO.RETE: EcE.ETE ft.. PATO, 550E5,

(620045.STEPS .0

F.T, F.- .5oEs (A

HET, 15 5.. D.rP.TFL..A (..-vE5..R).

.AT).4. 5FTAD AL... GKV.0. STEEL.S. 10741.

RD. FT.. .7.L.

75 E.U.R P0441515108P1510LL0254,5 2504 01400)104.A. 100 . 5E00 ()O-vD.E.),

A. 0200)5024 TR. O.TTERS0400.511015.T. 000 so., TR.,

5405 AND 515C..LF.6511211105..RD..D.

a. AE.,r.n.AE

F.STIC, .5.Guss.R D.T.LL. 0T.R. e..2. A. DaE...T.u..5. so.. E. 511110010 511510

2 3 PA. .TLR.sA. FAINTS .9 COAT...

.E55 oTuE.sE PO.TE.

F.T.T-.ED Eau....51 ....ED,

COAT.5 To ...T co.sT...A.DRO.CE N, p) .I.A.711RERS .T.cT.s BELO.co .T PEOLCf, 7104

.LoTE C.T..S

.Do nATE.A.Es TOCOATI..

5.H ...RE 6 SLGC.ERALLT O.C.. INP..CT .z5T.cl.5.

fo.

r..E5, T. EA. C.7

5szn. CO. MOI.ERITED.TE

010.,

L.,1. M. ...P.ca.,

FN. co.

.A. CO... oR Fou.rv...Es FR... .T.ET.s FOR

..ca...cE.

B. 5..5.

T. rV.fACT.R OFFERS 0..5 . P.306Fo. A P.P ATE, .E

101508200 411 BEST' BT.E ..E.Tup.E..

C. E.. 4.55L001101

5102 n0E /EL PR....E.5,

E.T.,

..T...,541000.5 000,5200, P0051)011)4411)0000515511501100

TO

...LE E. .. .0.5, ..

E. OE. REG.E..0 .01.15 N Ea... Hr. .K...0gs. CREOR Al

LLED-01....

I. EATS,A BON F.. DA.

R.ST.rI)

61 COAT. S-R D.P. LA. 1500 556105, 000011(441015

1,11111021)001,2)

COAT. 5-0 RE.OBCE EOTRIOR EAT. SAT. PO

3)

300 0041.

DETER,. LATEX 5012) R.5.01 5011)000500005(40 B.

1434)1011 1251011)

.001,2. ST. -

5TST.DA

I)

51 COAT. S. 057050PE5 0150102 FOL .I(5E.HE5011-1505P00E101 51011, 05100

2)

210

.TERCR P.....E(0,01 5-0 006501701SE.-TRA.PARFNT STA. MT.. (05-350 512 EI,901).

0.

50L,D ..CR.I)

61 COAT: 5-4 FOODECARES FATE.(5 Acsenn 50.10COL. ST., .5 StR...

2)

2E22 COAT. O-N 4065000E5 D.R. 000,115 5000COLOR 5100, AD SLR. (3)0-.. 101681.).

I. LA. 5TSTU..EN..

51 COAT. 5-4 AM. E.TERPR LA'. 55124, 024101152)

210 COAT. 0-0 0-02 05E00* I.A.. 5114)4 404 501E1(0010054111, 1.5 5E5 D. P010001) .

A

FLAT24 An.. PANT 5TSTL.5 (LEED-.

CC....)

I)

511101 . 5-04050110)0104 1121, Ai GO..A.

C. - COICRETE, SP. E.,

1210745 ..

2)

20 COAT. 51)1 A-. DR.. EAT. RAT, AL 10001DO.T, 00 )512511. FLUTED.

(401011(011, 12101100 000 C.).I. LATDE 5T5TEO.

PART 3 .ECUTE.3.1

I) 81041-A ...O.

'-" 55*1)11 20.250 15410, 0,5105 (''" A 151064100PO B.N .TAEEAT. 1511 5.6T.. .VE BAN P...FT...

PREPARED, 101IET AR.T.T OF L.6AT.F.TO. C.DT.5 .E.E1001011 00104)5 1.6101 10)

'.

.T.-,T,. 60

..a... 84 540110510 0141000500 6 T. RESPIR...004041,01041)00 12511)101) NOT 15Fr ARCETTECT .E.T.EICTORT P.P...

B. PR.E. MTH

.LT

C.DET.5 HAVE 5.1 ...CT.A. ...ED BY ALL PART., OTAII.E.

Of .T.5MEL BE CONSIDERED . .CI.E.CE OF 5...CE C.O.ETO6.

C. P.V .SLT PA LED

LOST. PANTED.RE..

.i CO.. LEAD B.FD PANTS,

AP.TECT..R.TELT ,E LEAD BASED PANTS ARE .CO.TER.

3)

300 coAT: S-R 100*001 ,NTE.‘. LATE.

Bo..ES (4 .5 EET, 1054,1 DRY P400001).

b. .-Sl. .TN1) EDAT. S-X 5512011 510)0 EEL. 505.6 (7.2S 50

..AE).2) 50 1011 n 1-0 500100 L. 05. V. LATE, EG-.EL,

5..5 se...3) 510 co. B-R PPOMR 200 z. vm EAT. E0-54101.

.o-.. 5E01e5 (4 r,.s

1.7 115001 0501011).801,2. 01001 5151015 0141 0 61520) .

n

5.E-G.55 r,.s.H.51 COAT. 5-5 100 no. 04010010, 42000 (so-no

50 11/601).2) 00 1531- S. 11410*1100 EAT... E0*1, 015065

3) 300 COAT. S. n.TE.A.5n. CATALYZED FORT, 51000.540v1) (4015)114.0, 4.1110. CRT 55250 40

5.

.TER.) ,o ,01 L104). T. 5-H 10024 BL.E SBRE.RR. AZ.. (G..

2) 50 coAT. 5. 510 10,575141.T..5eo

5E...3)

355 1041, S-X F. ...AL F.E-EAT.TEED5n5- 5.55 (lO .. HET, 1.5 .5 .

110 1043).5.

FETAL - (STR..AL 5TEEL .EL.., .5TS, T.55ES, BEA.,

,''T')0000515100(14410004504).A

,)

5T cc.. 3-M 5 5.o-cnrLFvnse, .,-. 552 n E5 (50255011. 400545021).

2)

.o co.,. 5. .D.T...

...To .E..E.our. (LOS. 651.05250105

3) 120 1045 . 5-0 4155515124 ..TER BASED ALETo wan.101100 uoss, 83-0)4 S..ES (00.50 14)5 KT, 1.4 - 1.7n. DRT . O..-

C.

EOCO - (.Ls, 1EE815, D.., T.r..

EATBE ...EL F.55 55AL PANT.,)

5T CONT. 5-X 5.55NT E 5.5.. EAT. 5.0.5E.E...65)0000(0 5. KT, I.n 150050 5200001)

2) .0 COAT . S-H 5A.E ..LLD Ei.CROBCIDAE EANT, p.5,(4 5E5 KT, 11515 DRY PER CO.).

3) 350 cc., S. PART 540110 ruc.o.n. 00201, 02.51(4 1515 000, 1.5 rEL5 01 551 COAT).

011101D.

. (.E., EE,E.s, GT)011 ea.. 0012 05104 RE.).7. 5T5T.-

5E5 . 0LO. Fl..I)

.T COAT . 5. PR... ZERO V. 01150* LAT.55050, 015500(41405801, 515 OIT(

2)

2.o c.T. .R

2. EL. 5cc uTes5..ES.

3) 3E. 0.T .ZE. VOC uT. 5E5.0506..R nE5 (4 fl0 1151, ,A 5. I. PER G...

4. 06 -0.01 564514 ...Du 512E1.,)

sr COAT. 5-3 550100 so se. V. H.. LATE.554125, 0550000(135)1010, r.Ls

2' (41415011,2.

5-H

DATED nc.o5n,DAL

01.01514111.51 550 co.).

5)

.D c.T. E.

SOLED ....AL 5A.T,(A .Ls RFE, 10141120 5E0 COAT).

2. 0201 505100 (0410 .ED) .A. 5E.-GL.s TN.

,)

51 coAT. 5-0 550142 . E). lIE KT(0. LAT.Fix.. 8540410(03515501, ,A 5.s 051) .

2) 20 101 . 5-0 .TE.S. 001511010 0001, 010)041

3) 520 COAT. 50 n.TE.5.. CATALUED 35001, .5040340000(6014)0001. 2.5 .Es s. 5E8 co.).

b. ...J. L.TE. gxs.,)

61 EDAT. 5. 5.0,00 205 2.0 VOC EETEROR LATEX

32 5.F.E PR...T.A. G.... SURFACES 50ALL . E. .0 GO. C0.R..

...ST, D.,

PEEL.

oR on. c.T.NAD.TO De. .00 AD.5..

P.R TO ATT... TO RE.. 5ED., IT 5 RECC.100. TOn5T .Er 5) A 5.LL. ..SP..5 .EA

TO usEBLE.. A.

T. ...Rs nAT

o. 05coLoR.5T. 5.T

BE.. .LTER.T. us.. 5.5.s ARE.Dv n5..

2. 5ED. BEF.E 5A.. 5T ...NG WTI A so... oFL.o ...E. .FACN .D 3 .n5 oF

n5.srT. a... .D sc.. T. rnoLR.

ALE. T. .un.TO

0.1 Pe 5.5.E . ...TES. 5.E T.Rcv.LTCLL.

.ED Kt. TEE SURFACE To DaTREAR ...EcTnt .ASS. .GGLE5. .1E... G..55, A.5.c.E.T. CLOT,. cu.. .. OFF .1. cE

TENT.55 .)

T.. 5.. . I. A. ...Ts .Arno. To T. 5LEAot.T. 50..

3. .cn.E .55 ...NG B. E. L... TO 75.rosTAT5,Ds.. 5.D., 5MT...5 .o 50.5 ITE. .. ToPA... AFTER

PANT.

.. SPICE ORRE... .5-5 .55an. BR. Ea )

.DE5,. . GOER. 5..T. 5.,Lo 5E P.

.7E. A RE.,D.. FO.T .T.R,

15 PREDICTTE.ERAT.E 20 BEL. 50 D.E. F 50 M.. CA 124.0.55moo.. .E

5P.F.L. F. .5E c..T.5.LARGE so.. cE re. 61D., THE AR, 5.FAcE .0 r.T..T.F.T.. 01151 . so DEGREE. 05 00410205(0 05400 ToL6E L. TE.E.ATv. .5.c.

8000.TE.L 13T CLL.. 5. 55PC-., SCE.. cLEA...

C. (ORDER 810 C RR.. 425 0050 10*180 000105280)5411521 . 50.. 5-5T DE FREE OF L... 0000010 . )ST,N.T,

REE.f AGEE., nxsT.E OR. 5E.R.5. u.sEcut.,

.RDE... .E.IE

roRT. B. BE O.ED AT02051 ...Ts AT 75 PEG.. F

oi.E. C). TIE PH or THE5)000)01 5410,0 BE BATHE. 4

., 11)4.E55 T. 500015 450DE5.ED TO BE .. 5. I. Ew...Ts. pa. A.

a..., COMERCK PETE... .0 AB.A.EBusT. rvET BE ...ART TO 5.L.E T.

. HOLES,AR PO.T.

10058118012100 50104.4010 0500 1010,50D. SSRC-075 OR NICE 5

STAAD.D GVE5

11211011.

T. SAFI.

oF ..RETE BT. T... NE.. 5.70 TTE n5..T. 00 ..ED

...T. C.T. CR

5T.Ere.

RUAARE.NTS Of5T.D.D

.P.AD.E..TO

rn.Es CO..T.5 .RF..5C.T.-P.. C00RETE FOC.5

R¢E.5T.50.T

5E.c..E

.EPT.LE.RE.5 .CULD BE .EE OF COITI..XiS, ...E.

.6f. AE...

A. DIST, IND

E.. .MD,.Fo.T .67.TE 55a..E

n5.,.T. oF 5Ra..E.R

5TsTura.E. CEF.T a.... 00.2PA.S.5.EACE

cc.Anu.T.) BT 800406 N. 01 079001015 14,00115. 0002.0

To D.T. D.ST. PEELED oR ...ED 5.T5..0 5E 5c.5ED A. Sn.ED TO A 5.ND 5.F.E.cLEAR ,F .EDED, 610 4 1102521 0 400151 PRES.RE TO RE.. All.DORT,

GREASE, 5E, LO.E PARTICLES, uaurn FORE.MT.., .0

. co.T. COAT,E.. All. Ta

TO.T

THE 0001 TLE .RT.E 50,5000204001 141045.11.5

5.5.5 .E .... To .

.) .5 55

F. 004P50505100505011501. 0000040101, G.EA.sn 041, .GDR..

F.001 .T.. Br cu.. P. SSPC-57 2, 5.o To.cLE...

G. .TERoR

5000

yag ca...BOAR. rEAT

A AL THAT rusT RED.. .5 A...T Tv. To COAT.. .ETHER T.T.T ER.. .DOTER. c.o.. 001010 0.5

14.51 BE CLEANEDT.... IND

HE..

FR...

OP L0 CO-6

,.E.., Ex.5.

.. ca...

..

,.ER. PANT .D 10510215 sTsTE. (LE.. 0/0415510011401) 20145021 511251111 P015420101

B. PTO. PA . .. COAT.S STSTD35

.RF.E....T.

. .F.T.SfLr.6A. .5. 53

- CA.5T-.PLACEB. .CT.l 042026 - 1551 50504)1.100.6212 5010011 15411(0'S)

AX0 BR.C. OECT. L6

- ...TEO

ST.. COOP..D. SECT. 05 50 00 - .T... n.R.7.5.E. SLOT. . 20 .

CARPENTRT.F. SECT. 06 .0 CO - ARC.T.1RAL HOO.O..

SEC,. O. .

- .sT.

.0

• SECT.. 2. 25 . G.TPE.5 0.PD 5.1T .LL .5....CI,CH 73 05 CO -

.AE.J.

5EC75H 26 . 00 -

RES.'S FOR ELEC...53 REFER..

STEEL 51001V1E5 P1)51041100061 (5100)55..55 , -

CLL...2. WC-SP - 000101.1002114213. SSPC. 3 -

TOM O...ss.-5552.Et

.TE METAL NAST GE....5. 5501-501.114400.3, 1051E01E41. 20,40111500446. 5S.-SP7.A. .4, 5..-CEF BLAST ClFAN..2. 5SPO-P.R.E

Z

BEAST CLEAR..EL GSRC-5.1, P.ER TOOL CLL.. TO O.E

55FC-5./R.1 . 5, SAFI. PREP.AT,. AHD COE.. LE5RA. BT .TEEEJ.. PR. 10 R.OAT,..

2

. 5.. IRE,..T. FOR .XCRETE.B.

.TER.E .ETT .TA SOTS / EFIVIRO.E.AL DATA .EEI.PER 1W1701100E415 1505/005 FOR SPEC. AG.

5E1 25(10151%) . 00)5 MT v.T 51 0001 8110 SIDE

1.

50111)00.101410241100 fl 001601 (514010) ' 02,2 II- ...EC.. COAT...

D.

GREEN RR.,L 45-n STAR.. FOR PARTS A. (0416045 (61 ED.. MAT

2.

-

CRRFRA

PAINTS.5

101100515115166018010061015101450*) (110,05)04,51/25..n .,.TTALS

A.

5.5T

5.. ns.s Of 5.T. 5,

- A.R.STRATNEREOURE....

5.

FROD.CT PAT. FOR .5) E.. STSTEB .CATED, ..D..5Ro.cT ...r....

2. 5.F.E 55...n. .6TRLCT06 .0 .Eo...T.s.3. ...R REO....75

.5.) 55.5.T..STORAGE A. woo nor. A. ...c.3ENDAT...

5.5

5Ta.sE, .Avu. .D .TAL.7.

P.E.. T. F.L

OR 5..CTORER5 P.D.CTS,

A.5..5 AvA.EEE.

• ..I..T. SA... F. E.5 D.55 ...CT D.E..,D..E.5 P.T REME5.T

.EDR. .0 011.E.

<NET

COYLY. FR..T5(IE. LEAD). .E 50,1 #1.0 0000)1.1

T. 6250,0108 00.400010111Y.5 (LA., OT), SC.., (AL.). To 026000 Ear.. E..,L.TRCI' RICA.T..

O.. ROLES, B..5.5 TT. PEREO.c.T.

5..D

B. ED. 125TRCT . EA. AREAH5E.E T.

R.. BE .EO.1.5

A.55O.ICEA. INSTAL. COKIF.T.S. A ET. OR I..DUK DTER,E.ED

A55LT. P.RfrS ..D .AT..s En TERAL, 0E55.15 000.FNT TO ..T. THS PROJECT, H.5E R. .5...T. N APPOCATO. .5) A R..o S.C.S. .5.vnEP.1...E.

B.

PA. 15R.. SLREACES. , ca. OL F.., . A SURFACE 5EDT SPECIE.. D.E.., ARCHITECT .LL SELECT F. 5T..RD

COLD. .5 51106 AVNO..E.C. . .T P.T PREF..D gr. ...UP

.s.D.ETAL 5... OPERATE. PARTS, .. uBLL5 .555 ...TED.

D. FOL.. PR.. A ROCA-OP .

OF 5...CFPREPARAT.

.0 APPE.T. 0.1AX.P.

2. DR,. AR. ...TED BY A.07.T.3. .O.DE 5.555 MAT DESEL.TE RE.. A. .3H .A75.4. PO

PROCEED MTH RD...

EMIR 7. AR.TECTA..0.5 TTREICEF-VIL .

,, DELIVERY , 51ORI45. 01084120/041A. DELIVERY. .NER

U.R.. G.A.. TO 7.• 5.E. P.A.. .ALL BD. IRE n.A.TORERS K., Ufa.• TME .5..5 L5T Of ...BOX.

500.1 EOM 0101101 (0050561101)2. 0715.5410100010 21510105083. O.IACE PREP.T..,. V. C.7..5 ...c.DEPTAL H.DLNG

RAT. DATE7. C.OR

B.

STORK.. STORE A. DSPOSE Of .VDET . B.ED .TER.., A...R.5 ..

..VI.-.SED .TERALS, IN ...DANCE2025050'#011501011111 .TIORtt. 120004 .4)850(1011

C

570P, .T...LS . ...EA PLAT 5 .TMN WA ACC...1000011020 12165, PER 500,204001840 . 5 5515EE1002, PROTECT FR.

D.

.NTAN A

ORT 5TOR.E .5E, TO PPO.TC.1T.RAT.

10112001001ET PROJECT C.DITO.

1.

a TAE 100105 (1510)0505001. 147100111, AL.1540100VDIT,EAT.) HENN

6E000045E0 01 11411150014000 101InTl0.1505 RE.TS. PO NOT

P.0,15 ORDER0O301106

1542.500145105 RECC..D.U DORS...A .7.LKS

A. EIIR.l QTRA PA. FR. T. NZ. FRO.GT. RAIAS THE MURALS .P.0 A.. TNT ...71. DESCRBED .1..P

.1B

COEER. FOR 'To.. .12 ID...05 D T.75. DE.ER .TRA BATE.. TO O..R

B. F.I.1 CR.R H. . A.TO.E . PERE. . EACH MT..A. 10.10, GOT MOT EL. TERM , 0.41 (3 . OA., 45A55..RTs

FART 2 E•ROCECT52.,

A.

.CEPI.E

..H 6 LOCATEDAT. . FROSFTCT AV. CLEVELAND, 01

TOLL EPEE TEL.50-524-5515 TE E , 25-564-2.0; F. 140-526-505 PIA I 070

.TH PR...5 OF SECT. 5,

- PRODUCT RE.REE.TS.22 ..L.T.4.0PE

NTEROR PANTS ANDI. 540471 1003011 .L.NRT ENT.

5..T-FACE. SCORED,5.oo.

.THALO - DITER.. .5T BE EEE..o

ALL .5 EEAD5

P.6.5. R.TS .D 0.H 5TR.5 55T BE SCRAPED, 5.0.,BE SET .0 ...LED. .0.5

um.. ca....

.LOT

5.o A FULL FR.. .. 6 ...D. PAT. Au. .L200A

55A110 0110,10505

10.01 410 I01E0E0106 NTH A 100 FALFR EV. AID BARD.

TAPE 1.5 .5T . SAND. .0.H .0 . 0051 0110150550100

505T0

5....

5.s.. rusT .ACEEED

E.I.R

....T..va.os.

A. A5.1. ALL COAT.S uo E.T.A. MTH T. E..E.T.E..T.LL -

5-sT 5E ca. .0

ALL .55 101.

5P.EKAT.0

r.

.ORDI. To5.T . 5. .0 .ACEEED.

MUST BE T.. AND .FRED

5E.E.Tv..5A Da. Ea.. 55A.ao

.AD5 .12 TA. -.OR 5JST BE

a. ..ET A55LT To NET 5.

DARE ACES... AT LEA57 DAT55ro.5 .0 ALE aosT

5....

BEF5RE A55LT. TO M. ...En . .5.XT .

go.

J. GALVA.. rETAL. EL. PER .PC-SPI I.. DETER.. A.

.1A.R.T..5 Pi.E..5 TO A..T APF5..ATE ca.. 5..RAT. . A DEG..s. CT.. TO .D.LE .E.E5 .I,

70 .T5. TEsT

..RETE Fo. ...REA T.T

.5 RED...

T. coAT. TO D., AT

NET

RA.. FORX.

DE.Ls. .

w AanEs. 15711 01)9) 51,451

c. ,PPET can..

01001'000)00 01 r14410841102002210 #25040 1021204

15441 11*1)005. 5.C-556 a A.55.T TO REDO. T.F. IREAP,D.5.

.FO.LT AF. .T.5

OR 5.5, .nozT

P.T.. .5T 5E KOC.0 ..T I.O.E.ET 5. AT .5T .

5.55 .oy, .5 .. co.5.0g y5c..110.0. ...A TT.. T.

A.

.

E

COATINGS AT 55020006 RATE ...ED TO ACEI.E*55541.

. ...AT.

.T 01180100114 10.0 02(15.

r

R.R.55 oe .1.R OF cc.. 5PK.ED, .1. .

COATS.EA5 .ST BE inn.. MnTll

02A55.55..u PAT.. r.ATE..

120 04100.10

0T015.5T1.2EBE

soFT,

.

02012500110100010 , 505555 , 5555,A,555,,N. 5u

Pf C.. A. .5. T..ED, 4004. I.P.T.: T5E C.TED .RE.E .5T 10 0100010P0.XRT 5L.T.

D TREAT. NTH A 5.T. or , POT,0,5,, 5,, , ,,55,,,

,,s„3 5,,A,5

5,5555,5

.PROIED

p. .)C.TECT 15T .. TO T. APPLGAT. cF EA.

n5 N.2, RR. .T5 .EA.

Aux. ToL.

51000

5L410, A. 56 n L10

900<0000050110 3.4 10010010111511-5T . . DORE OF T. 5... PREPARAT.5 ..R n.D B...

A. 5.oTEcT E.S.D .T.5 .0 ...GE .71L ...KR OF

1110005 ARE 111E0 TEIRO.-Olt T. E.. F. 0E110624

P..IFLT.

EOR ALE.. 510L010204 55EE1. 00101. 5104108204 ARE

5.

10.5.55 5E514555 .,..ny 31155

1015101011105001A....

7. .G.TTT .

G.T... A .1.

F 7ORERS RECC...T. F. Ta. . REP....T. oF .5E STAND.. TcGETEE.

.550.

55 5.3555 ,5.55y. 55.5 uH 5,,5.ay u.53 55, ,5,55,TH. 5. BE 55.5. .LLC..

P.O.NCE or DECO...I. 50,0E11 OA.. 5501-55: .L.HT CLEAR. 6 A 101100 FOR

R.N. ALL 0520E ao G.A., .. G... *151 °E..c.o.. eu. as.. E....

cu.. 50000104co. .i R..A R.T ...ELL YALE. OM.E

.0 COE..

SPREAD ov. AL...E ARE. LAI T. LE.. PROCESS. BE 5.E100006 DEPOSE. Of OE AND GREA. ARE .7r

TO ALLou AD...2. PA. T OOL cu.., 55PL-SP2. .D TCO. cLEA.. RVT.ES

gnu SCALE,

RE6T, A). OR. DETRITEXTAL FORE.5AT. ,T ,s

.rENDED B. ...L. .L KALE, ROST, MO5A.- BE R..IED E. .5 ERN.. BEFC. .D T.,

0)501000, GREASE, 020a HUD.. RED.., AHD SALTSBY TuE rET.. 0JTL.D 55PC-..

3. 50002

CIE.. 55415-575 08*4.0 TOD. CLEANING .LD-anFs• 1050 NEE 51015, U.. 0)51, DETRRINTAL4*0 010)00FORE. .TTER . 5 NOT NT.DED Tv. A..E. 5.LT,.51, .0 PANT B1 ...ED 5T T.5 PR.E.. BEFORE F.. T.CAFAM.. 50010 .SBLE OE, SR.. 50.61 KELIX. 005I400E5,.0 .75 BY THE MET.. OVTE.D IN 55PC-SPE.TE .ETAL BL.T .A.1G, 55.-5E5 .

I. A .TEBLAST .AAED 5.EACE, .LM V.E.D .T..7 .4..I.,BE FREE OF ALL V n5.E 0E, ..., DRT, NOT, .L SCALE. R.T.5.2., .DE5, CORR.. PRO.C., .0 OTHER FORD. MIT..B..E BOAST cEEAEE., V6.E DEPOSITS of .. o. 5RALEBE ...ED . A. OF T5E R.ODS .0.0O.FR AGREED

5ET.05.5 ...C.

ELEA.. S.C-SP6 a. E. 3. A ...OKIBLA.ST ...ED ..ED 0.11001 54404504104 51011BE FREE OF ALL 1)1511 01, GREA., D., D., 0111 54111.0, ..T,0601, aux. .Ros. PRO.. um Or. 10040 101502,EEC. . STA... STA..

BE L.T. TO .

..33 PERO. OF FA. 503.E N. OF

AR. AAD00551 EE LEGTT 0110058, .EGXT STREAXS,

IIIVOR.COLO.T. CA.ED 5T STA. DE ROST, 5TA.6 0F .5 SCALE,OR 5,A. oF 5.Ev.s, D 5A.f. .ORE B.ST cu..,V.EEE DEPO015 CE OR OR .EASF .LL BE R.N. BT .r OFT. ...DS 5FECR. . ..C-SPI OR 0T. .F5D ..

A. 5.55-.E BLAST ca.. 555c-.T OR .cE n : A BR..-.FCLEANED 5...C.E. 0200 VrD.D

5064000104 51130510101010 011.1005001. 620012, DRT, 0L51, 105E nu SCALE,L.. R., .o Lo.E PA.. T.T. A.e..T 5u. 5CA..A. 5ANT E. RE.. . THE 5.T.E BE.E BOAST CLEM.,.5.LE DEP.T5 or BEL 5. OR..

BE

5T AN, OFrn.oos 55E05. N .5c-55 55

...o

7. KM. T. OE.. TO &RE5.405 THAT ARE KB.. 00100000.

.TAL,00 55FC-5.I. 5FIALOCTOS SP.RCADO.

.ROVT BE FREE Of ILE0L, GRE.E, DRT, .ST, no SOLE, .5T, PA., EX. CORROSE.0000015 440 OTHER 1000601 OATTER. 51.1601 RED.. CE 051I. PAINT .AT BE LEFT IX 5. 00. .T.5 0, 075 IE01.5.1 ..CL . PI,. P.R TO PO.. TOOL 5..F.EPRVLA.AT.. V..E DV.. 0L OR 4R.5L ..TER rem. ..FlED 21 SSPC-.l, 50,0011 1018024 . OTHERAG.. UP. 5.EOD5.RAR-MATE ..AST C.A. 45155-100 .. .. 2. A 2.02 12111

BLAST CLEARED .RFACE, MIR VrERED .TML.1 5.15BE fREE OF All 05211021, SR.. DIRT, 0,51, 5E1.. 0851,P... C.D. .RROS. PRO.. .0 0T.R FORD. FATTER..CEPT FOR STA... STAN. SPALL BE ..T. TO . ..PE TN. 5PERCENT OF EA. SOO. I. Of .IUACE AR. AHO

CON55T• L.T 5.0.5. .EGPT 5TRF.5, 5.R Dn.O..T.C.AED BY STA. OF R.T. STA. OF BILL .AOA. . STARS OfPRE...

PA.T. BEFORE MAST CLEAR.. VISERE.FO.iS Of CAL OR GREASE

BE RDINFD BT ANT OF T.5E00. .CIEI. S.C-SPI OR OTHER AGREED .01 .T.05.

4 N.- IND .7RA-H.1 P...RE .TER 2ETTB5 F. STEEL .0OT.R 5.D .T..-5 55..-552 OR .Cf 0 P. ST...PR... RE.R...TS F. THE V5E Of .0 .T.-M.H...RE RATER JETT. TO .0. VAR.5 D... OE SERE.U.1.55. P. 5TAMDn. 5 O.T. MI SCOPE TO I. . OIL

.THOJT 7. .DR.

.ID PARTICLES IN P.STRE..

10 ...ATER BEAST., SSPC-SPOXKE . 5. RV.. OF DE CRT.DRT, .05E R., LC. Ill. SCALE, .0 LP. PA. BT EATERAT PRESS... OE Z. TO Z. F51 AT A

OF 4 TO LI. 5.TE.

tt V., SIC., ARCHITECT.AL PEAST., D. ALD F5ERG.50140 0, SONG 710000 BT 51*0020 NITA 101401)1 55001 MAT..0.10H .5F T.:R.01T. . KR P..

DN. E.. AIRCO..

.E ORIG. C.0R, .1555 THE

.STDH.E 6 ..TSAEE T..CGT. PK.. .TH

DAR.. COLO. TENT AU NOT 5HE.Ii-NEL.5 V.1.LE RAT CA.DD. TO .RP. FM.. ALL P...4

Of 7. V.l.. PANT..

PROPER. ...JDDEV.T. FR. 01E .1A.AACHRER5 PA.. .DEL.5 rIAT

CAUSE THE ...TT TO .V.DED.N.

ST.. .5T BE .EIN IND FREE OF

57.0.KC... PRO... R. ..T. ST.CD ARE E.LOHED,.EVIAL 011IE5 CONENIONS PRO/AL, 50011010410311625(0)10000415. PI PH CE 1)0 9*141.1 55E0,0 BE 5010501 4 100 001110T. PR... ARE D.5.0 TO BE .O MGR PI E.R.I.5.. A5 LOR..

0.

.5T BE CT. .0

FRnE

PA. . .N

.RC.511T.T.

Ak

ARCH' fECILWAL

BUI.I:WG COW.

AA7..Il16.14

TRL N.0901'OS, FL 3.1715

CONSULTANT.

PAINT 4

COATING

NTS

311001 500

A-3

17-026

PRINT. DATE. .20/20.

5 of 12

Attachment AE-Bid #20180150

I7-.6

PR.,. HATE. 02,0/2010

OUR-A-FLEX, INC.

RAGE 5 OF 5WR-A-.., INC, STANDARD SPECIFIATCNPLR-A-FLEX, 110 PAGE F5S GE

WR-A-PLIX. INL.

. SPECIFIATRTN

SECT. O9 6T 33-RE51NW5 FLOORING

DATE•OLAARAT-CRETE 5LB AHD POLY-CRETE COLOR-FAST TOPCDT (FLNTSHOT)PART I - GENERALLI RELATED DOCUMENTSA. DRAWINGS AND

SGENERAL

D. 510N I1CONTRACT,

ICANR REINCLUDING

GENERAL ACT0 THISOF THE

SECTION

A. THIS SECTION INCLUDES THE FOLLOWINGER... FLOORING SYSTEM A5 SFOHN R THE DRAWINGS AHD . SCHEWLES.

B. RELATED SECT.. INCLUDE THE ELOPING.HU.CE CONCRETE, SECT. 03 . 00

2.C.CRETECURI/1G, SECTION 03 39 .1.35YSTEn DESCRIPTORA. THE WORK SHALL CONSIST Of PREPARATION OF THE SUBSTRATE, THE E

SWING ANDFT.TITIWS .ETHANE BASED SELF-LEVELIWS

STEM WITH FLINT.. QUARTZ AGGREGATE BROADCAST .0 URET.NEB THE

O SHALL HAVE THE COLOR AND TEXTURE AS SPECIFIED BT THE

HITNR ARMS INCH.

LIED TO THE PREPAREDA NOVENAE THICKNESS IT 5RALL BEAREA(S) AS DEFINED IN THE PLANS STRICT. IN ACCORDANCE WITH THEMANUFACTURERS RE000)ENDATICNS.

C. CORE BASE (ED) TO

AND PERMANUFACTURERS STANDARD DETAILS UNLESS OTHER. SE NOTED

P...1.CE DATA ARV I.TALLATON

B rvU

REPS MATERIAL SAFETY DATA SHEET (n55DS) FOR EACH PRODUCT BEINGSED.

TUC. SMPLES• A 3

INCH 5WA EE SAMPLE O

,

AND NIC TO NOR REP TOLENTATIV

OVERALL APPEARANCE OF FIN15HED...CT

1.5.ALITY ASSURANCEA.THE MANUFACTURER SMALL HAVE A

OF Xl TEARS EXPERIENCE IN THEPRODUCT., SALE., AND TECHNICAL OMFISUPPORT

EPOS Y AN HAD p URETHANE INDUSTRIAL FLOORING AND RELATED MATERIALS.B.THE S CRFMOR SMALL VE EXPERIENCE N INSTALLATCN O THE FLOORING SYSTEM

ALLA

E5 OF SURFACE PREPARATION AHD APPLICATION OF THE PRODUCTSPECIFIER.

C. REWERT5 I...TITUT.5 SRALL 5E CR5IDRED THAT WD.,LD CHAWf THErEH.C TYPE R THE SPECIFIED SYSTEM.D. 5 R EO .ALL BE IN C LOAN. HTH R.5,R..T5 O URITFD STATES DEPARTMENT

LLUPODTT

SS SHALL ER INA CONPLIF E HTANCD LOCAL .VOOR AIRTAI DUALITYE

REWIRETENTS ENRTEC-ALIFORRA SECTION

01.0 A5 VERIFIED BT A .AOFIED INDEPENDENT TESTINGLABORATORY.F. A PRE-INSTALLATION E AERERE SHALL BE HELD REVERES APPLICATOR, GENERAL

CONTRACTOR AND TAHE OWNER TD REVIEW AND CLAR,FICATh. OF THIS SPECIFCATIW,APPLICATION P.5FR... WALITY CONTR., 1..CTCN AND ACCEPTANCE CRITERIAAuD RDPVCT,. 5CHLWlf.

THE OWN. SHALL 5E RES...LE FOR THE REMOVAL OF FCVDSTUFFS ERE.THE

R.N5H-RELATED PERB..EL IN THE ARK AREA SHALL BE KEPT TO A OR..

I.O WARRANTYA.

X

H

15FRTHAT .TERAL SHIPPED TO B,ER5 AT THE

E RE. MATERIAL DEFECTS AND HH. PERFORMS OF.5U55TA

POENTM 5.IALLT15T TOTD2R-A-FLEX, INC. PUBLISHED LITERATURE IF U5. IN

CCR..E WITH THE LATEST PRESCRIBED PROEWRES AND PRIOR TO THE.PIRATICN DATE.

0. W

15 HARR/NTT 15 STRICTLY LIMITEDTO THE VALUER THE MATERIAL PURCHASE.

PART 2 - PRODUCTS5.IFLOFHNGA. DUR-A-FLEX, ,N

CRETE SLB (SELF LEVELING ...CART WARTE), URETHANETOPCOAT 5EAOLE55 FLOORING SYSTEM.I. SYSTEM MTERALS

I •.R EA

5-.L

BNCo-_-CRETE RESIN,

C1 AGGREGATE.

5 TOPCOAT. W A-FLEX, INC. .R

-CRETE C0.0R-FARTT RESIN, HARDENEER AND...RED AGGREGATE.

AR.PATCH MATERIALSAND PAT

U

A-FLEX, Ili POLT-CRETE MO (UP TO . INCH).5.. 5HALROW FILLU. DEEP F,LL

G ...AL (OVER . INCH). USE WR-A-F

INCC.RY-ER.E HR.

2.5A?OAR-AA- E

EX,

95 GCODHN STREET, EAST HARTFORD, CT O.1OB, PEONES: (B60)

S ACT , (AB. t 2EFRRER OPPROVED SYSTEM SHALL BE 51.LE SOURCE AND MADE IN THERSA_

2.3 PRODUCT REOUIREOENI5TOPPING

. PERCENT REACTIVE

CM K0 RR..

RR/0HD STRENGTH

T9

1

5L.5TRATE5 FAILS9,0. P51

S.TE.ILE STREWTH, AS D 6. 5HFLEXL5AL STRENGTH,

D 790

1;a 'it'FACT RESISTANCE

OILS, MIL D-313A,

160 INCH L55NO .515LE DAMAGE OR DETER.AT.

,. PERCENT3.CWRRESSIEIR ..., A

0 5/79

T,000 PSITENSILE STREWTH, ASTn 6.

A,.O PSI

S

ACE, ^ D 4060

L055^EEL,L(WGn LOAD^I,.D CYCLES

',REACTHH

RESISTANCE, ABTA D IT

OGN.LBS

5

HARDNESS, wan D AREA5LO55,

OHAHAR

SEMI-GLOSS APPEARANCEPART 3 - EXECUTOR31IXMINATIONA.EAMINE SUBSTRATE, AREAS AND CRD,T.S, HITH APPLICATOR RRE5ENT,

COMPLIANCE

EXTENTS FORM

CONT.T, INSTALLATIONTOLERANCES AHD OTHER CRDIT.5 AFFECT,. FLOORING PERFORMANCE

SURFACE SHALL BE DRY AND ANT REMAINING DUST OR LOPS PARTICLES SHALL BEFFGVED VS. A

CLEAN, DRY, OIL-FREE COMPRESSED AIR.VAOA/tt ORS.THE...LIN , M KH

. AH OCMTON COMP...1-LLBE PERFOROEDWITH THE

MANUFACTURERS

H AM1.ER TORAFE

R..OENDAT.5. RESULTS

DA

A.THE TSTFR SHALL FOLLOW THE Ca.. THE SUBSTRATE .LE. PITCHING ROTHER

FLING FORK .5 BEEN SPECIFIED BT THE ARCHITECT.5.A NEAT FINISH WITH HELL-DEFNED BOUNDARIES AHD STRAIGHT EDGES SHALL DE

PROVIDED BT THE APPLICATOR.B. TOPPING

1. THTME E

TOPHTECT. THE TOPPNOED LL A BESE APPLIED INNCG ONE LSTEM WITH ECIOIINAL

THICKNESS . I./5 INCH.RTHE TOPPING SHALL BE CON... OF THR

PCNENTS, A RESIN, W.R.NERPLIED BT THE 1-1AHUFACTLIRER.

HARDENER SHALL BE ADDED TO THE .5. AND T....LT DISPERSED BYIT., APPROVED nECHwIKAL O... A AGGREGATE SHALL THEN 5E ADDED

TO THE CATALYZED nIXTRE AND MIXED IN MANNER TO ACHIEVE A HOT/ORE..END.

LL BE APPLIED OVER HORIZONTAL SURFACES U.N.NCH OR NOTCHED SQUEEGEE, .OHEL5 OR OTHER SYSTEMS APPROVED BY THE

S FO, PLACING, THE TOPPING SHALL BE DEGASSED WITH A LOOPE U. ROOLLR.

OAI.T• ARTZ AGGREGATE SHALL BE BROAMAST TO EXCESS INTO THE HET MATERIAL AT

Tt.TERIAL

HE

FULLY CURE. VAC.. SHEEP AND/OR BLOW TO REMOVE ALL.05E AGGREGATE,

C. TOPCOATI.

TME

T SHALL BE MIXED AND APPLIED PER nA..1.ER RECOYnENDEUPROCEDURE.

HF T2.

TOPCOAT SHALL DE COMPRISED

THREE COMPONENTS, A RES.,HARDENER AND FILLER . SUPPLIED BY THE

3.THE TOPCOAT HILL BE APPLIED AT ET

R AR 5F PER KIT 0.1 .0.4.N.-5O IF REGOIRED 15 ...AST AT THE RATE R I LB PER . 5F AND BACK

ROELED INTO THE COATI..S.THE FINISH ERROR WILL HAVE A NOMINAL THICKNESS OF 5/5 INCH.

3.A F,El. a/PLITT CONTROLA. TES., INSPECTION

,. THE ECLEWING TERT5 SMALL BE COHWCTED BY THE APPLICATOR.A. T

RATESb. CORE.. FORMLLE LAYERS SMALL BE nONTOED BY CHECKING .ARTITY OF MATERIAL

us. AGAINST THE AREA .REREo.3.5

CLEAN,. AND PROTECT.A. CURE ... OATERAL IN

..JCERARHIT. MANUFACTURERS P'RETAR,.

RC

WRING STAGES R ...CAT,.OM.,,ON OF THE CURING PROCESS.

ANDTO

B EMNE OAR.

C... AT FLOOR TERMUUTIW, TO LEAVECLFA

E SUREACE FOR 5D35E..T FORS R HER SECTIONS2o13IPOLY_CR EE 5. STANDARD SPECIFICATION

PLEASETHAI. TO.RECYCLE

5..TITUTI.. fR DUR-A-PLIX FLNRRG HILL BE ALLOWED

1.VERIFY THAT SUBSTRATES AHD CONDIT.. ARE SATSFACTORT F. FL...INSTALLATION AHD COMPLY HTH RE.IREOENTS SPECIFIED.

1.6PRODLCT DELIVERY, STORAGE, AND RAH.,.A. PACKING AND SNIPPING

ALL COMP,..TS OF THE STSTEE SHALL BE DELIVERED TO THE SITE IH THEER'S PACKAGING, CLEARLY IDENTIFIED HIBR THE FRO.CT TYPE AND

EANVEACTUR ER

STORAGE AND PROTECTIONI. T. APPEIATOR SHALL BF PROVIDED HTH A DRY STORAGE AREA FOR ALL

COMPONENTS HE AREA SHALL BE BET.. 50 AND 05 F RT, WT OF DIRECTS.E.IT AHD IN ACCOR.RCE H,TH THE nAMUFACTURER•5 RECOMM.DATCNS AND

AND SAFETY REGULATIOISRELEVANT HEALTHMATE L SA SHEET

2BCOPI

KEPT R STEP AR REVS . BAT TA HE ENGINEER OR) FOTHERLPERSONREL NITS SHALLL

C..5TE DISPOSALI. THE ...CAT. SHALL BE PROVIDED WITH ...ATE DISPOSAL FA Ti LIITIE MS FORRON

ROWS HASTE GENERATED WRING 1 TALLATCN THE

E .,.T RR.EETA. SITE REW,REMENTS

T PROCEED .,LEE AIR MATERIAL AA. SI.BSTRATE TAREBETHE.. F

IDI. THE SDRSTRATE

ERATRE IS nB[NE//ND 05 F1 THE L DEW PONY. 0,51. OF THIS RANGE, THE EIA/5FACTURER SMALL BE

2 LESS THAN ID5 Ru AND THE SURFACESPECIFIC

SHALL R BE A AT Cl.5T 5 ERAABOVETHE DEW PUNT.

3.T. ARRL,RAT. .ALL BE SUPPLIED HIT. ADEEOATf LCRITIHG EOUAL TOEIHAL

ING LEVEL WRING THE

PREPARATION AND NSTATR OTHETSYSTEM.

CONDITIONS O NEH CONCRETE . BE COATED H. C..TTIOUS .ETHANE MATERIAL.COICRETEDSHALL B

ERE .RED FOR A E.,.n R DAIS AND HAVEFULLY

A MINIM. OF IA DAYS. ACCORDANCE

SITS. PRIOR TO THE APPLICATOR O THE COATING SYSTEMAN

L STEEL TROWEL FINISH 15 NEITHER FLOATNECE55ARY OR DESIRABLE) ELFN. (A ..AND CURT. AGENTS SWULD NOT TO BE USED

4.CONCRETE SURFACES ON GRADE SHALL HAVE BEEN CONSTRUCTED WITH A VAPORBARRIER TO PROTECT AGAINST THE EFFECTS OF VAPOR TR...51C. .DP05515LE DELAO,.TON OF THE STST.

C SAFETY REWIREMENTS

3.2 PREPARATKNA. GENERAL

HEN AND ...TING CONCRETE SURFACES SWILL BE FREE O OIL, GREASE, CURT.pnFgUNDS, LOOSE PARTICLES,

GROHM, LATAW E, FRIABLE MATTER, DIRT, AND BITNIIN0. PRODUCTS.• CARE TESTING. PERFORM TESTS RECR.IER.D BY MANUFACTURER AND A5

P..RFORO RELATIVE .MOTY TEST u

• B ASTM F 2170.SUBSTRATES HARE MAX1nun RtL

RELATIVE WARD, LEVEL MEASUREMENT.b. IF THE RELATIVE HOtIDTT EXCEEDS FM THEN THE ..ER .D/OR ENGINEER SHALL BE

VAPORNOTIFIED nITGAT ON SYSTEM THAT C.5L BECG5T

. APPRO.],

RBYTBLE NG

UFxTVRER .ATHE

OTHER MEANS TO LONER THE VALUE TO THE ACCEPTABLE LIMIT.E. F THE VAPOR RIVE EXCEEDS 99L RELATIVE HR.., R 20 LBS/I,OW 5074 HR5

THEN THE .HER .D/OR E.NEER SHALL BE NOTIFIED AND ADVISED RADDITIONAL

THATC .FR

.H

AFPOS

OVED E 5T TT

RE RFACT

ARER

vAPROTH. O.. TO

LOWER THE VALUE TO THE ACCEPTABLE DnIT.3. EIECHANCA.L SURFACE PREPARATON

A. SHOT BLAST ALL SORE.. TO RECEIVE FL

TSTERI HIT. A NCB,

(BLASTRAC

LOLA)_

EAWL RURFI.E .DS

ACCUMULATORS O PAINT,Nf

HARI/FRED CONCRETE LAA.E, ST

..,EL FINISHES AND OTHER

R SURFACE C.RACT RISTT.5 SHALL BECOMPLETELY REM.. SAVING A BARE CONCRETE SRFACE HAVING A nIHEUnPROFILE OF 5P 4-5 AS DESCRIBED BY THE .TERNAT.JAL CONCRETE REPAIR.TITUTE.

b F

INACCESSIBLE TO THE MOBILE BLAST OA... SHALL BE ITECHANCALLYABRADER, TO THESN'I

CLEANLINESS, SO.ONESS AND PROFILE USINGD GRINDERS, NEEDLE GUNS. BUSH .E.ERS, R OTHER SUITABLE

E.

O THE .5HAIL OR

MN.. RA.DE TO PROPERLY SEAT THE STRUM PROVIDING A WORTHKEY

HE.E. AREAS. THEDETAILL C, SHALL .50 APPLY TO GRAIN PERIMETERS AND B.A.. JO,.EWES.

5 C

T5 (NR-MOVING) GREATER THAN W

O B

15.EDINCH HIDE AREOR ..EP-CRT AND REPAIR. PER MANUFACTURER'S RECOMMENDATI.5.

AREAS.=RCR

R. REMOVE LW'E R DELMNATEDA.AT ...ER OR WORNCONCRETE TO A 50.D CL ETE ANDPATCH PER MA.FACORES RECOF.ENDATCNS.

5.5

APFLCATI.A. GENERAL

i. THE SYSTEM SHALL BE APPLIED . THREE DISTINCT STEPS A5 LISTED BEIOt

G T

APPLICATIONAPPLICATION OF ANT

AGGREGATE

Tl nEDITELPRIOR TO...AT.

CWPCNEM OTRE SYSTEM, THE2 n

6 of 12

Attachment AE-Bid #20180150

PANEL LEO-7

DFMDIITIONNOTES: El FCTRICAI ID-I

I AT I EXISTING UNIT HEATER AND ASSOCIATED DISCONNECT TO BEREMOVED, REMOVE CONDUCTORS AND CONDUIT TO NEAREST

BOX.

GENERAL DEMOLWON NOTES: FI FCTRICAI1.

EXISTING LIGHTS. SWITCHES AND RECEPTACLES ARE TO REMAIN.2

FIELD VERIFY LOCATION OF JUNCTION BOXES.3. LEGALLY DISPOSE OF ALL MATERIAL AND EQUIPMENT AS

DIRECTED BY THE OWNER. COORDINATE SALVAGEABLE EQUIPMEN'WITH THE OWNER.

(NP. OF 2)

IIARQ4TECTURA,LBLMbP4G CORP.

4A2S0010R18284 101 781OU54, R]3478

IF1: 8811-282-844.

CONSULTANT:

♦BEE0

E£M OEI0

GENERAL ELECTRICAL NOTES1. THE WORK PRACTICES EMPLOYED ON THIS PROJECT

21 PROVIDE PERMANENT PROFESSIONAL LABEL EACH

SHALL AT ALL TIMES COMPLY WITH OR EXCEED THE

SWITCH WITH SOURCE PANEL AND CIRCUIT NUMBER.LATEST ADOPTED EDITION OF THE NEC (NATIONALELECTRICAL CODE). ELECTRICAL CONTRACTOR SHALLPROVIDE OR OBTAIN ALL REWIRED LABOR, MATERIAL. EQUIPMENT, INSURANCE. TOOLS. PERMITS,INSPECTIONS. ETC. TO PERFORM THE PROJECTELECTRICAL WORK AS PER NEC. LOCAL AGENCIES,AND OWNER REQUIREMENTS.

2. A COPPER EQUIPMENT GROUNDING CONDUCTOR. SIZEDAS PER TABLE 250-122 OF THE 2008 OR LATESTADOPTED NEC. SHALL BE INSTALLED IN EVERYRACEWAY AND EFFECTIVELY TERMINATED AT EACHDEVICE UNLESS NOTED OTHERWISE, MINIMUM WIRESSIZE PER PHASE. NEUTRAL AND GROUND SHALL BE#12AWG AND MINIMUM CONDUIT SIZE SHALL BE 3/4 " .

3. CONDUCTORS /12 AND #10 SHALL SOLID BETHHN/THWN COPPER.

ALL CONDUCTORS SHALL BE RUN IN CONDUIT (EMTOR RIGID) OR MC CABLE IN BOTH EXPOSED ANDCONCEALED AREAS. FLEXIBLE CONDUIT SHALL ONLYBE USED FOR FINAL CONNECTIONS FROM OUTLETBOXES TO LIGHT FIXTURES. MOTORS, APPLIANCES,ETC.. MAX, LENGTH 6 ' -0"

5. ALL MATERIALS SHALL BE U.L. APPROVED.

6. ALL BRANCH CIRCUITS SHALL BE PROPERLY PHASEBALANCED.

7. CONTRACTOR SHALL FIELD VERIFY LOCATION ANDPOWER NEEDS OF EQUIPMENT WITH OWNERSREPRESENTATIVE (RE)ASE BRANCH CIRCUITS ASREQUIRED). AND SHALL COORDINATE FINAL LOADS ASNOT TO EXCEED BREAKER

PROTECTION PRODDED.

8. SEE ARCHITECTURAL DRAWINGS OR INFORMATIONCONCERNING EXISTING CONDITIONS AND NEW WORK.

9 ALL WIRING DEVICES SHALL BE 20A RATED,COMMERCIAL GRADE TYPE. DEVICE COLORS ANDPLATE COLORS TO BE DETERMINED BY ARCHITECTPRIOR TO PURCHASE AND INSTALLATION

10. ALL CONDUITS. CABINETS, PANELS AND OTHEREXPOSED NON-CURRENT CARRYING METAL PARTSOF ELECTRICAL EQUIPMENT SHALL BE GROUNDED INACCORDANCE WITH N.E.C. 250 AND ALL APPLICABLEFEDERAL, STATE AND LOCAL CODES.

11. THIS DRAWING IS A GUIDE FOR THE INSTALLATIONOF ELECTRICAL SERVICE. THE ELECTRICALCONTRACTOR IS RESPONSIBLE TO PROVIDE AFUNCTIONING SYSTEM.

12. ALL HOME RUN CABLES SHALL BE RUN WITHOUTSPLICES EXCEPT WHERE OTHERWISE INDICATED.

13. ALL PULL AND JUNCTION BOXES SHALL BEACCESSIBLE AT ALL TIMES.

14. EXACT POINT METHOD OF CONNECTION SHALL BEDETERMINED IN FIELD.

15. ALL WORK SHALL BE DONE IN A NEAT ANDWORKMANLIKE MANNER.

16. JUNCTION BOXES SHALL BE PROVIDED AS PER NECREQUIREMENT ACCORDINGLY TO THEIR LOCATION.

17. ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLEFOR ANY CUTTING AND PATCHING REQUIRED TOPERFORM THE ELECTRICAL WORK. OWNER/GENERALCONTRACTOR SHALL BE NOTIFIED BEFORE STARTINGANY CUTTING AND PATCHING. AND SHALL BE DONE INSUCH A MANNER THAT WILL NOT AFFECT THEBUILDING STRUCTURE. ELECTRICAL CONTRACTOR SHALLBE RESPONSIBLE FOR ANY DAMAGE AS A RESULT OFTHE CUTTING AND PATCHING AND SHALL PROVIDE ACODE COMPLIANCE SOLUTION TO RESTORE THEBROKEN SYSTEMS AT NO EXTRA CHARGE.

18. ELECTRICAL CONTRACTOR SHALL COORDINATE FINALLOCATION OF DEVICES WITH OWNER TO AVOIDCONFLICTS WITH EXISTING CONDITIONS. ETC.

19. ELECTRICAL CONTRACTOR SHALL FOLLOWOWNER/GENERAL CONTRACTOR, NATIONAL AND LOCALAGENCIES, ETC. SAFETY REGULATIONS PROCEDURES.ELECTRICAL CONTRACTOR SHALL PROVIDE ADEQUATEEQUIPMENT AND WORKING AREA PROTECTION TOPREVENT INJURIES TO PEOPLE AND DAMAGE TOPROPERTY.ALL WORK SHALL BE DONE IN A NEATAND WORKMANLIKE MANNER.

20. ELECTRICAL CONTRACTOR SHALL FULLY TEST ALLELECTRICAL SYSTEMS UPON COMPLETION OF YORK.

PLAN- DEMOLITION0RELECTRICALSCALE:

1 ' -0 '

(E)

(E)

E)

ON ELECTRICAL PLAN- NEW/EXSITING

SCALE: E - 1 '-0'

22. ELECTRICAL CONTRACTOR SHALL FIELD COORDINATEFINAL CONDUITS LOCATION WITH MECHANICALCONTRACTOR DUCT WORK.

23. PROVIDE A FULLY TYPED UPDATED PANEL DIRECTORY.

24. CONDUIT TO BE SUPPORTED AS NOT TO ALLOW FORANY DEFLECTION OR SAGGING IN CONDUIT.

ELECTRICAL LEGEND

NEMA 5-20R DUPLEX RECEPTACLE. 20 AMP. 125 VOLT

SINGLE POLE SWITCH, 20A, 120V 0 4B" A.F.F. TO TOP OF DEVICE

COMBINATION MOTOR STARTER/DISCONNECT. SIZE AND POLES AS INDICATED.

0

JUNCTION BOX. 4 '82 "82 ' (TYP) UNLESS OTHERWISE NOTED OR REQUIRED BYCODE.

1X10 PENDENT LIGHT FIXTURE

EMERGENCY/EXIT LIGHT

L1-1,3

HOMERUN TO PANEL

DISCONNECT SWITCH, NON FUSED

I

I

(E)I I

I (E)

(E)

2(E)

'b(E)

(E)

() (E)

E)I

I

9(E)

9 (E(

PANEL LEO

E)

NEW-EXISTING PLAN NOTES:

1. PROVIDE NEW 60A, 2POLE, 2OBVOLT, NF, NEMA I DISCONNECTSWITCH FOR FAN TERMINAL UNIT. PROVIDE 2NBCU & 1#10G INNEW li CONDUIT FROM DISCONNECT TO JUNCTION BOXPREVIOUSLY SERVING UNIT HEATER. REUSE EXISTING CONDUITAND REMOVE EXISTING WIRE AND INSTALL 2#8CU & 1#10G WIRETO PANEL. REPLACE 20A-2 POLE BREAKER WITH A NEW 40-A2 POLE BREAKER IN PANEL

2. PROVIDE NEW 30A. 2POLE, 208VOLT, NE, 3R COMBINATIONMOTOR STARTER AND DISCONNECT FOR EXHAUST FAN, EF-1.PROVIDE 2#12CU & #12 G IN NEW i" CONDUIT TO SPARE 20ACIRCUIT IN 208V PANEL LEO IN ELECTRICAL ROOM.

ELECTRICAL PLANS

88881. 11TIF:

SCA(E1/4" = I ' -0"

SNLET No

E-11 OT IL

Attarhment A

GENERAL NOTES

1. MOUNT TEMPERATURE AND HUMIDITY SENSORS AT 48 AFF (TYPICAL FOR ALL STANDARD SENSORS).COORDINATE LOCATION WITH CASEWORK SHOP DRAWINGS.

2. INSTALL FLEXIBLE DUCTS IN ACCORDANCE WITH SMACNA STANDARDS. MAXIMUM ALLOWED FLEXIBLE DUCTLENGTH SHALL BE FIVE (5) FEET. INDIVIDUAL DUCTS SHALL MATCH THE NECK SIZE OF SUPPLY DIFFUSERS.

3. PROVIDE MANUAL VOLUME DAMPERS AT EACH DUCT BRANCH LEADING TO AN OUTLET/INLET OPENING, FORSUPPLY. RETURN AND EXHAUST AIR DUCTS. INSTALL THESE DAMPERS AS FAR AS POSSIBLE AWAY FROM THEOPENING.

4. ALL WORK SHALL BE IN ACCORDANCE WITH THE CODES AND STANDARDS REFERENCED BELOW.

5. REFER TO ARCHITECTURAL REFLECTED CEILING PLANS FOR EXACT LOCATION OF CEILING DIFFUSERS/GRILLES.COORDINATE WITH ALL OTHER TRADES FOR THEIR LAYOUTS.

6 REFER TO ARCHITECTURAL PLANS FOR EXACT LOCATIONS AND DETAILS OF EXTERIOR WALL LOUVERS ANDROOF PENETRATION CURBS

7. COORDINATE ALL MECHANICAL WORK AND EQUIPMENT WITH STRUCTURAL MEMBERS, ELECTRICAL WORK ANDFIXTURES. ALL OTHER TRADES AND ALL EXISTING CONDITIONS.

B FABRICATE ALL DUCTWORK IN ACCORDANCE WITH SMACNA STANDARDS.

9. PROVIDE ACCESS DOORS IN DUCTWORK TO SERVICE FIRE/SMOKE DAMPERS & DEVICES WITHIN DUCTS NOTOTHERWISE ACCESSIBLE THRU GRILL/DIFFUSERS OR OPEN DUCT.

10. PROVIDE ACCESS DOORS IN UNACCESSIBLE CEILINGS TO ACCESS MEP DEVICES ABOVE CEILINGS NOTOTHERWISE ACCESSIBLE.

12. PRGV,DE DOGE FLEXIBLE CONNECTOR BETWEEN EACH FAN AND CONNECTED CUCTINORK.

13. PROVIDE ALL HVAC EQUIPMENT COMPLETE WITH MOTOR STARTERS AS PER MANUFACTURER REQUIREMENT.

14. DETERMINE FINAL LOCATIONS A ORIENTATION OF ALL EQUIPMENT IN THE FIELD.

15. COORDINATE FINAL EQUIPMENT LOCATIONS WITH THE GENERAL CONTRACTOR. THE LOCATION AS INDICATED ONTHE DRAWING IS APPROXIMATE.

18. PROVIDE FIRE/SMOKE DAMPERS AT ALL DUCT PENETRATIONS OF ALL FIRE/SMOKE RATED ASSEMBLIES. TOMAINTAIN THE INTEGRITY OF THE ASSOCIATED FIRE/SMOKE ASSEMBLY.

19. FIRESTOP/SMOKESTOP ALL PIPE PENETRATIONS THROUGH FIRE/SMOKE RATED ASSEMBLIES TO MAINTAIN THEINTEGRITY OF THE ASSEMBLY.

20. LABEL ALL VAV BOXES ABOVE CEILINGS. LABEL AT CEILING TILE WITH VAV TAG. SEE SPECIFICATIONS FORTAGGING INFORMATION.

21. USE VOLUME CONTROL DAMPERS TO REGULATE AIR QUANTITIES ONLY TO THE EXTENT THAT THE ADJUSTMENTSDO NOT CREATE OBJECTIONABLE AIR MOTION OR SOUND LEVEL. VARY TOTAL SYSTEM AIR QUANTITIES BYADJUSTMENT OF FAN SPEEDS PROVIDE DRIVE CHANGES REQUIRED.

22. THE MECHANICAL CONTRACTOR SHALL FURNISH ALL MOTOR CONTROL DEVICES SUCH AS MOTOR STARTERDISCONNECTS. AND SWITCHES TO THE ELECTRICAL CONTRACTOR FOR INSTALLATION. THE MECHANICALCONTRACTOR SHALL PROVIDE ALL CONTROLS AND TRANSFORMER WIRING.

23. PROVIDE A HAND OFF AUTOMATIC SWITCH FOR EACH MECHANICAL EQUIPMENT UNDER THIS CONTRACT.

AIR DISTRIBUTION LEGEND(NOT ALL SYMBOLS uSEO)SYMBOL

ABBRSINGLE LINE DOUBLE LINE

DSD

DUCT SMOKE DETECTOR

FIRE DAMPER

SMOKE DAMPER

ARCI111CCT:

ARCHTECNRALM NG CARP

3334001071142Y1 101 TM. N.JUIRTFR, FE 31874TFL 441-242-444{

KM90Ni

O

DRAM. nw

MECHANICALPLANS

SCA1L

1/4" = 1 F -0"91EET NR

M-0

18r12 S 18.12 {

IBA d

VD

MANUAL VOLUME DAMPER

MODULATING OPPOSED BLADEDAMPER WITH ACTUATOR

FIRE DAMPER W/ACCESSDOOR IN DUCT

INDICATES SUPPLY AIR FLOW DIRECTIONINDICATES RETURN or EXHAUST AIR FLOWDIRECTION

CEILING EXHAUST GRILLE. REFER TO DIFFUSER ANDGRILLE SCHEDULE FOR ADDITIONAL INFORMATION.

MD

ED

DESCRIPTION

RECTANGULAR DUCT SIZE IN INCHESFIRST SIZE LISTED IS SIDE SHOWN

ROUND DUCT SIZE IN INCHES

SUPPLY AIR DUCT SECTION TURNEDUP OR TOWARDSSUPPLY AIR DUCT SECTION TURNEDDOWN OR AWAY

2. HVAC DUCTSSUPPLY - GALVANIZED STEEL SHEET METAL, ASTM A653 OF LOCKFORMING QUALITY. GALVANIZED COATING TO BE 1.25 OUNCES PERSQUARE FOOT. BOTH SIDES OF THE SHEET, G90 IN ACCORDANCEWITH ASTM A90

MECHANICAL SPEC^(dAteltilB501. COMMON WORK RESULTS

IDENTIFICATION TAG- PROVIDE ADHESIVE BACK STENCIL WITH NOT LESSTHAN 1' HIGH NUMBERS/LETTERS AS EQUIPMENT TAG.

EQUIPMENT ACCESS- INSTALL ALL PIPING. CONDUIT, DUCTWORK ANDACCESSORIES TO PERMIT ACCESS TO EQUIPMENT FOR MAINTENANCE ANDSERVICE.

SCOPE OF WORK- PROVIDE ALL LABOR AND MATERIALS AS REQUIRED TOACHIEVE A COMPLETE AND OPERATIONAL HVAC SYSTEM. COORDINATE WITHALL OTHER TRADES.

MATERIALS- ALL MATERIALS SHALL BE NEW AND FREE OF DEFECTS UNLESSOTHERWISE STATED. APPROVAL OF ANY MATERIALS DOES NOT MEANACCEPTANCE OF WORK WHERE INSTALLED IF SUCH MATERIALS PROVEDEFECTIVE.

GENERAL LEGEND

AHU-8-19820

SYMBOL

DETAIL SYMBOL:A =IDENTIFYING NUMBERB =SHEET WHERE DETAIL IS SHOWN

SECTION SYMBOL:A =IDENTIFYING LETTERB=SHEET WHERE SECTION IS SHOWN

TITLE SYMBOL ON SHEET WHERESHOWN:A = IDENTIFYING NUMBER/LETTER

EQUIPMENT IDENTIFICATION (REFERTO SCHEDULES)CFM

DESCRIPTION SYMBOL I ABBR I

DESCRIPTION

C/ REVISION CLOUD ANDREVISION NUMBER

123-I I KEYED REFERENCE NOTE ORSHEET NOTE

(T^

TEMPERATURE SENSOR (WALL MOUNTED)DASHED LINE INDICATESCONTROLLED DEVICE

©

COMBINED TEMPERATURE/RELATIVEHUMIDITY SENSOR (WALL MOUNTED)

STATIC PRESSURE SENSOR

POINT OF CONNECTION (POC)SYMBOL

(NOT ALL SYMBOLS USED)

EXHAUST- TYPE 316, 304 OR 302 STAINLESS

3. BLANKET INSULATIONPROVIDE 1.5 INCHES. MINIMUM DENSITY 1.5 PCF, K OF 0.31 AT 75DEGREES F: ASTM C 553. TYPE II. INSULATE SUPPLY. RETURN AND OUTSIDEAIR DUCTS.

6. SUBMITTALSPROVIDE OM MANUALS AND SHOP DRAWINGS IN ELECTRONIC FORMAT (PINS)OF THE FOLLOWING TO ENGINEER FOR REVIEW:A. FAN TERMINAL UINTB. EXHAUST FANC. AIR DISTRIBUTIOND. T A B REPORT

AIR DUCT ACCESSORIESMANUAL DAMPERS- PROVIDE RUSKIN. VENT PRODUCTS. AIR BALANCE ORAPPROVED EQUAL. DAMRERS SHALL BE CONSTRUCTED TO MEET SMACNASTANDARDS. REINFORCE ALL BLADES TO PREVENT VIBRATION. FLUTTER OROTHER NOISE. USE RNETS TO SECURE INDNIDUAL COMPONENTS. PROVIDEOPERATORS WITH LOCKING DEVICES AND DAMPER POSITION INDICATORS FOREACH DAMPER. PROVIDE SPIN IN FITTING WITH VOLUME DAMPERS.

FLEXIBLE DUCT- PROVIDE ANCO PRODUCTS, CLEVAFLEX. THERMAFLEX,FLEXMASTER OR APPROVED EQUAL. FACTORY FABRICATED. UL 181 LISTED ASA CLASS 1 DUCT, AND HAVING A FLAME SPREAD OF 25 OR LESS AND ASMOKE DEVELOPED RATING OF 50 OR UNDER IN ACCORDANCE WITH NFPA90A. DUCT INSULATION TO HAVE R-VALUE OF 4.2. MINIMUM 1 INCH THICK.

TESTING, ADJUSTING ANO BALANCINGPROVIDE TESTING. ADJUSTING AND BALANCING FOR THE MECHANICAL SYSTEMIN ACCORDANCE WITH STANDARDS PUBLISHED BY MAC OR NERB. PROVIDEA COPY OF THE REPORT TO ENGINEER FOR REVIEW. PROVIDE FAN ANDMOTOR DRIVE SHEAVE ADJUSTMENTS NECESSARY TO OBTAIN PERFORMANCE.FINAL AIR SYSTEM MEASUREMENTS TO BE WITHIN THE FOLLOWING RANGE:A. FANS OR TO +10%B. SUPPLY GRILLES, REGISTERS, DIFFUSERS ON TO +10%C. EXHAUST GRILLES, DIFFUSERS OR TO +10%

ACH

AIR CHANGES PER HOURAFF

ABOVE FINISHED FLOORAHU

AIR HANDLING UNITASHRAE AMERICAN SOCIETY OF HEATING, REFRIGERATION,

AND AIR CONDITIONING ENGINEERS

ABBREVIATIONS

BAS

BUILDING AUTOMATION SYSTEMBHP

BRAKE HORSEPOWER

CAV

CONSTANT AIR VOLUMECAP

CAPACITYCFM

CUBIC FEET PER MINUTEDB

DRY BULBDDC

DIRECT DIGITAL CONTROL

'F

DEGREES FAHRENHEITR

FEET

EA

EXHAUST AIRESP

EXTERNAL STATIC PRESSURE

ABBR

DESCRIPTOR

H2O

WATER

HP

HORSEPOWERHR

HOURHVAC

HEATING. VENTILATION AND AIR CONDITIONINGHZ

HERTZ

I ABBR

I

IN

INCHES

KW

KILOWATTS

NC

NORMALLY CLOSEDNO

NORMALLY OPENNOM

NOMINALNR

NOT REQUIREDNTS

NOT TO SCALE

OA

OUTSIDE AIR

POC

POINT OF CONNECTION

RA

RETURN AIRRPM

REVOLUTION PER MINUTE

SA

SUPPLY AIRSMACNA SHEET METAL AND AIR CONDITIONING

CONTRACTORS ' NATIONAL ASSOCIATIONSP

STATIC PRESSURE

TA

TRANSFER AIRTYP

TYPICALV

VOLTS, VOLTAGEVAV

VARIABLE AIR VOLUMEVFD

VARIABLE FREQUENCY DRIVE

(NOT ALL ABBREVATIONS USED)DESCRIPTION

W

QJ

v /U

DESIGN CONDITIONS

SPACE AIR BALANCE TABLE

UNIT TAG FTU-1 EF-1

SUPPLY AIR 850

RETURN AIR - -

EXHAUST AIR 900

TRANSFER AIR 50 -

PRESSURIZATION -50 -

DFSIGN CRITERIA:

PORT ST I UCIF F1 ORIOA

OUTUTDOOR

DOOR SUMMER DESIGN:

94OC'F DB/79'F WBO

WINTER DESIGN:

T

INDOOR DESIGN:

SUMMER

WINTER75'F, 50% RH 70'F

APPLICABLE CODES AND STANDARDS

FLORIDA BUILDING CODE MECHANICAL 2017FLORIDA BUILDING CODE PLUMBING 2017FLORIDA BUILDING CODE ENERGY CONSERVATION 2017FLORIDA BUILDING CODE 2017NEC 2011NFPA 90 ANFPA 90 BASHRAE 62.1-2013SMACNA

80T IL

Attachment A

E-Bid #20180150u+auTECT:

44x16

CONSULTANT:

{EMSONS

W

QJ

U)U

0

HRCERECTURALBunwc CORP.

AA2600107115204 01 TM N.

N,25SH)6TR, 561-362-54Y4

44X16

EXISTINGSUPPLY

DUCT

EXISTINGEXHAUST

FTU-1850

SR_1425(TYP. OF 2) ^I/

14X12

ON MECHANICAL PLAN- NEW/EXISTING

SCALE: f" = 1 '-0'

EXISTINGRETURN

DUCT

FR-1460(E)

0

• PROVIDE TEMPERATURE SENSOR.

1z PROVIDE LABEL ON FUME HOOD TO READ "WHEN USING FUME HOOD,RAISE SASH TO 18" , MAX. UNDER NO CIRCUMSTANCE SHOULD FUME HOOD BEOPERATED WHEN SASH HEIGHT IS GREATER THAN OR LESS THAN 18 " .

• PROVIDE FLANDERS FILTER HOUSING SUREPLEAT WITH OVERALLFLANGE HEIGHT OF 15 ' , OVERALL WIDTH OF 20" AND 12" FRAME DEPTH.PROVIDE WITH 4', MERV 13 FILTERS.

• PROVIDE NEW TRANE BAS CONTROLLER.

▪ BALANCE FUME HOOD EXHAUST SYSTEM FOR 400 CFM WITH SASH HEIGHT AT 18AND EXHAUST GRILLE EXHAUST AT 500 CFM.

• BALANCE SUPPLY AIR SYSTEM FOR INDICATED FLOW RATES.

06 MECHANICAL PLAN- DEMOLITIONSCALE: }' = 1 '-0"

NOTFS:=[] EXISTING EXHAUST DUCKWORK TO REMAIN.(] REMOVE SECTION OF EXHAUST DUCTWORK AS SHOWN.

CAP REMAINING DUCTWORK IN PLACE.q EXISTING ROOF MOUNTED EXHAUST AIR FAN TO REMAIN.)T EXISTING SUPPLY DUCTWORK TO REMAIN.

q5 REMOVE SECTION OF SUPPLY DUCTWORK AS SHOWN.

GENERAL DFMOI ITION NOTES:

1. PERFORM PRE-TEST AND BALANCE OF EXHAUST SYSTEM BEFOREDEMOLITION NOTING THE FLOW RATES ASSOCIATED WITH THE EXHAUSTGRILLES. AFTER COMPLETION OF INSTALLATION, BALANCE EXHAUSTSYSTEM TO THE INITIAL FLOW RATES.

2. LEGALLY DISPOSE OF ALL MATERIALS AND EQUIPMENT AS DIRECTEDBY THE OWNER. COORDINATE SALVAGEABLE EQUIPMENT WITH THEOWNER.

NOTFS:q1 PROVIDE 100 FULLY WELDED LIQUID TIGHT STAINLESS STEEL EXHAUST

DUCT TO WALL MOUNTED EXHAUST FAN EF-1.

Q PROVIDE 80' STAINLESS STEEL EXHAUST DUCT TO EXHAUST GRILLE.

q5 WALL MOUNTED UTILITY EXHAUST FAN. SEE DETAIL ON SHEET M-5.Di PROVIDE FLANDERS FILTER HOUSING WITH OVERALL

FLANGE HEIGHT OF 15" , OVERALL WIDTH OF 20" AND 12' FRAME DEPTH.PROVIDE WITH ACTIVATED CARBON FILTER MEDIA.

q5 CAP EXHAUST DUCT WITH GALVANIZED STEEL SHEET METAL.

© EXISTING ROOF MOUNTED EXHAUST FAN.Qi PROVIDE FIRE DAMPER.

© PROVIDE 10' X6 ' TRANSFER DUCT WITH FIRE DAMPER.

9q PROVIDE NEW 14 " X12 " SUPPLY AIR DUCT.

Q PROVIDE NEW FAN TERMINAL UNIT.

DRAMNO 1111£

MECHANICALPLANS

6CNE:1/4" = 1'-0"

.EET NC!

M-1JOT IL

SECURE SUPPORT TO WALLWITH DA rX6' LONG

HILTI-HY200 EPOXYANCHOR O 80.C.

INSTALLED IN SOLIDGROUTED CELL PER

MANUFACTURERS WRITTENINSTRUCTION ANDRECOMMENDATION

JOIST

DUCT TO FUMEFUME HOODEXHAUST FAN

SEE PLAN FOR SIZE

FULLY WELDED LIQUIDTIGHT STAINLESS STEEL DUCT

SASH

1. MANUFACTURER OF TERMINAL UNIT SHALL PROVIDE CONTROLSON LEFT OR RIGHT SIDE AS REQUIRED BY FIELD CONDITIONS.

2. ARRANGE ACCESS TO PERMIT EASY FIELD BALANCE AND MAIN-TENANCE OF TERMINAL UNIT.

3. COORDINATE LOCATION OF VAV BOXES WITH LIGHTING FIXTURESTO ASSURE PROPER ACCESS.

TYPICAL FTU NSTALLATION DETAILSCALE:NTS

SUPPORT FROMSTRUCTURE AT6' INTERVALS 1

VOLUME DAMPER

EXHAUST REGISTER

HARD DUCT/REGISTER DETAILHIS

(RECTANGULAR DUCT)

ACCESS DOOR

LRETAINING ANGLE - ONE OR BOTH SIDESDEPENDING ON UL LISTING. ATTACH TO SLEEVE (AND

FIRE RATED PARTITION -

WALL IF REQUIRED) PER MANUFACTURER ' SINSTRUCTIONS

1.COMPLETED INSTALLATION SHALL COMPLY WITH THE LATEST EDITION OF THE SMACNA ARE,SMOKE AND RADIATION DAMPER INSTALLATION GUIDE FOR HVAC SYSTEMS, ANDMANUFACTURERS INSTALLATION INSTRUCTIONS.

2.FIRE DAMPERS SHALL COMPLY WITH UL 555.

3. SUPPORT DUCTWORK FROM STRUCTURE SO WEIGHT DOES NOT REST ON SLEEVE.

VERTICAL FIRE DAMPER

BRANCH DUCT TAKEOFFNTS

Attachment AE-Bid #20180150

UL LABELED VERTICAL CURTAINTYPE FIRE DAMPER. ATTACH TOSLEEVE PER MANUFACTURER ' SV' INSTRUCTIONS

BREAKAWAY CONNECTION

BE MANUFACTURERJIMPER AN 555 AND LISTED

illllfl

DUCT ELBOW DETAILNTS

ARCHITECT:

AA3600107115304 101 TRL N.JUPITER, FL 5.36N8lTFl: 581-383-51Y1

CONSULTANT:

♦BEEL

(8 SISKNS

0

DRAwNO TO.

MECHANICALDETAILS

SCALE.

NTSSNEET NC

M-5

D

R=1.5D

W

QJ

V

U

IU OT IL

Attarhmsnt AAREIITECT:

FAN POWERED PARALLEL UNIT SCHEDULE

TAG SERVES SYSTEM INLETSIZE

FANSIZE ESP

N. WC

HEATING CAPACITY UNIT ELECTRICAL MANUFACTURER/HEKW V/PH STAGES V/PH MCA MOP MODEL

CAV-1 SUPPLY AHU-1 10 0650 0.4 1/2 5 208/1 2 208/1 36 40 TRANE /VLF-

OR EQUAL

1. PROVIDE WITH STOPS AND INTEGRAL 208/24V CONTROL VOLTAGE TRANSFORMER.2. PROVIDE WITH WITH FUSED DISCONNECT SWITCH & SAFETIES.3. MAXIMUM NOISE CRITERA LEVEL SHALL NOT EXCEED NC=25.4. CONTROLLER AND ACTUATOR PROVIDED BY CONTROLS CONTRACTOR. MOUNTED 8Y

VAV BOX MANUFACTURER.5. PROVIDE REDUCER AT 80X INLET WHERE SUPPLY AIR BRANCH IS LARGER

THAN BOB INLET.6. PROVIDE WITH BOTTOM ACCESS PANEL FOR VALVE AND ACTUATOR.

REGISTER AND GRILLE SCHEDULE

SYMBOL TYPEBASIS

DESIGOFN

MODEL AIR FLOW NECKSIZE

FACESIZE NOTES

RG-1EXHAUST

GRILLE TITUS 350ZR 151 TO 900 CFM SEE PLAN 24524

SR-1

^.-..SUPPLY

REGISTER TITUS 131

RS 200 TO 530 SEE PLAN 24%6 1.2

NOTES:1.

PROVIDE NC 20 OR LOWER.2.

PROVIDE WITH OPPOSED BLADE DAMPER.

FAN SCHEDULE

TAG AREASERVED OEM FAN

RPMESP(IN.) HP V/PH SONES

WEIGHT(CBS)

MANUFACTURER/MODEL

NO.NOTES

EF-1 251 LAB 850 3155 2.5 i 208/1 28 160 FJC-307-10-81-15 SEEBELOW

I

PROVIDE BELT DRIVEN FAN

5 BASIS OF DESIGN' GREENHECK2 CENTRIFUGAL UTILITY WALL SIOUNTEO3 COMBINATION NEI.IA 3R DISCONNECT AND MOTOR STARTER4 DOC CONTROL

SYSTEM DESCRIPTIONTHE SUPLY AIR SYSTEM IS COMPOSED OF SUPPLY AIR DUCTWORK, MERV 13 FILTERS. FAN TERMINAL, ASSOCIATED APPURTENANCESAND DEVICES DEPICTED ON THE SUPPLY AIR SYSTEM DIAGRAM SHOWN ABOVE.

2.

OCCUPIED MODETHE FLU CONTROLLER SHALL BE INDEXED TO THE OCCUPIED MODE BY THE BAS. ENERGIZE THE FAN. FTU CONTROLLER SHALLMODULATE DAMPER TO THE MAXIMUM POSITION TO PROVIDE SCHEDULED MAXIMUM AIR FLOW RATE. STAGE ELECTRIC HEATING COIL ASNECESSARY TO MAINTAIN ROOM TEMPERATURE SETPOINT OF 75' F. 31' F (ADJUSTABLE).

UNOCCUPIED MODETHE BAS SHALL INDEX FTU CONTROLLER TO GO TO THE UNOCCUPIED MODE. THE CONTROLLER SHALL MODULATE DAMPER TO THECLOSED POSITION. FTU BOX 15 INACTIVE UNLESS SPACE TEMPERATURE RISES ABOVE UNOCCUPIED COOLING SETPOINT 80' F. t1' F(ADJUSTABLE) OR UNOCCUPIED HEATING SETPOINT 65' F, t1' F (ADJUSTABLE).

SYSTEM OVERRIDEUPON PUSHING THE SYSTEM OVERRIDE BUTTON, THE OCCUPIED MODE SEQUENCE WILL ENABLED FOR 3 HOURS.

PROVIDE GRAPHIC DISPLAY AT THE OPERATOR ' S WORKSTATION. THE FOLLOWING POINTS SHALL BE DISPLAYED WITH THEIR CURRENTVALUE OR STATE INDICATED:A. SPACE TEMPERATURE (F)B. OCCUPIED SPACE COOLING SETPOINT (F)C. OCCUPIED SPACE HEATING SETPOINT (F)D. AIRFLOW (GEM)E. ELECTRIC HEAT OUTPUTS

.260010]1152. 101 'DAL M.A..% FL 554]51EL 561-262-5441

DRAM. 111114

MECHANICAL.

SCHEDULES/

SEQUENCES

1/4" = 1 ' -0"

SlEET NQ

M-6

E-Bid #20180150

3.

0 A

SYSTEM DESCRIPTIONTHE EXHAUST AIR SYSTEM IS COMPOSED OF EXHAUST AIR DUCTWORK. ACTIVATED CARBON FILTERS. EXHAUST FAN. ASSOCIATEDAPPURTENANCES AND DEVICES DEPICTED ON THE SUPPLY AIR SYSTEM DIAGRAM SHOWN ABOVE.

2.

OCCUPIED MODETHE BAS CONTROLLER SHALL ENERGIZE THE EXHAUST AIR FAN IN THE OCCUPIED MODE. THE EXHAUST FAN HALL RUN CONTINUOUSLYTO EXHAUST THE LAB DURING THE OCCUPIED MODE..

3.

)INOCCUPIFD MODETHE THE SAS CONTROLLER SHALL DE-ENERGIZE THE EXHAUST AIR FAN IN THE OCCUPIED MODE.

4.

SYSTEM OVERRIDEUPON PUSHING THE SYSTEM OVERRIDE BUTTON. THE OCCUPIED MODE SEQUENCE WILL ENABLED FOR 3 HOURS.

5.

PROVIDE GRAPHIC DISPLAY AT THE OPERATOR ' S WORKSTATION TO INCLUDE THE POINTS LISTED IN TABLE.

SYSTEM POINT LISTAO 0I W A1MUS PPOGPAMS

E

VOL rs =° ^ w U a ^=¢°G

^^° s>= g

ouIM

EUhAP

wMC

n

a FUM Y

.-

N

SS

„ate

goW

?`g

o=

^"a°^_ ^

sin

a-^

r

S^z a do yo

MIMEB2,199162611t

EXHAUST AIR SYSTEM SEQUENCES OF OPERATIONS AND CONTROLS

SYSTEM POINT LISTu Ao w oo A.& PROGRAMS

L .0.VUE19115Lwe

I1 o

E

e^e rr

2

4

WW

.X^i• 0 :il6

ILTAIr;Lt cOaLwa:rcrrb^^ usy.:eu°

r^11=E^i^iiii

° ^si°

NOTE;THE APPLICATION SPECIFIC CONTROLLER CONTROLS THE OPERATION OFTHE FTU. THE SYSTEM POINT LIST SHOWS THE POINTS ANDINFORMATION AS IT RELATES TO THE BAS SYSTEM CONTROLLER.

24 VOLT CONTROL POWER FOR FTUOPERATOR TO BE OBTAINED FROM 24VOLT CONTROLS TRANSFORMER LOCATEDIN ELECTRIC HEATER CONTROL CABINET(FURNISHED WITH TERMINAL UNIT).

SUPPLY AIR SYSTEM SEQUENCES OF OPERATIONS AND CONTROLS

COMAIIMIT:

+ BEED!

REMDlWS:

m

Q

J

U)

U

O

I I OT IL

GENERAL PLUMBING NOTES:1. ALL WORK SHALL DE IN ACCORDANCE WITH THE CURRENT EDITION OF FLORIDA PLUMBING

CODE.2. THE CONTRACT DRAWINGS INDICATE THE GENERAL LOCATION OF PLUMBING PIPES.

FIELD VERIFY ALL PIPE SIZES AND LOCATIONS PRIOR TO STARTING WORK ORORDERING MATERIALS.

3 ALL DOMESTIC WATER SUPPLY PIPING SHALL BE CPVC PLASTIC PER ASTM 0 2846.DOMESTIC. WASTE AND VENT(DWV) PIPING AND FITTINGS SHALL BE PVC PER ASTMD 2665.

4 THE POTABLE WATER PORTION OF THE PLUMBING SYSTEM SHALL BE DISINFECTEDBY PLUMBING CONTRACTOR.

5. PROVIDE LABOR, MATERIALS, TOOLS. EQUIPMENT AND DEVICES NECESSARY TO PROVIDEA COMPLETE AND OPERATIONAL SYSTEM IN ACCORDANCE WITH THE INTENT OF THECONTRACT DRAWINGS.

6. INSTALL INDIVIDUAL STOPS(SHUT-OFF VALVES) AT EACH FIXTURE. ExPOSED STOPS SHALL BECHROME PLATED.

7. PROVIDE WATER HAMMER ARRESTORS LOCATED AND SIZED PER STANDARD PDI-WH201ON ALL WATER LINES TO FIXTURES. THE USE OF AIR CHAMBERS IS NOT PERMITTED.

B. FIRE CAULK AND SLEEVE ALL PENETRATIONS THROUGH FIRE RATEDASSEMBLIES. REFER TO LIFE SAFETY PLANS FOR RATED ASSEMBLYLOCATIONS. REFER TO ARCHITECTURAL SHEET FOR DETAILS AND ULASSEMBLY NUMBERS.

BARRIER FREE COMBINATION

EMERGENCY SHOWER / EYEWASH (EWS)NTS

WALL ESCUTCHEON

FINISHED FLOOR/WALL

1/2" TRAP PRIMER LINEPIPING IN WALL ANDUNDER FLOOR

WATER SAVER TRAP PRIMERCONNECTION DETAILSCALE: NTS

Attachment A

MARK DESCRIPTION-PLUMBING FIXTURE SCHEDULE

'ERVICE CONNEC TIONS PLUMBING LEGEND)RAP VINT CW tfVl FLOW REMARKS SYMBOL ABBRV. DESCRIPTION

MAKE: ?URN -SAN- SAN SANITARY WASTEMODEL: ZURN Z-556 --- CW COLD WATER

FD-1 FLOORAINDRAIN - - - -

PROVIDE BODY ASSEMBLY W/TYPE SH STRAINER CAST IRON BODY WITH BOTTOMOUTLET. COMBINATION INVERTIBLE MEMBRANE CLAMP AND ADJUSTABLE COLLAR WITHSEEPAGE SLOTS, POLISHED NICKEL. BRONZE LIGHT -DUTY STRAINER AND DEEP

P-TRAPb WCO WALL CLEAN OUT

FCO FLOOR CLEAN OUTSEAL P-TRAP. PROVIDE WITH TRAP PRIMER CONNECTION- cr- GV GATE VALVE

9 WATER HAMMER ARRESTOR+H WH WALL HYDRANT•.- RISER DOWN (ELBOW)

RISER UP (ELBOW)BRANCH - TOP CONNECTIONBRANCH - BOTTOM CONNECTION

COMBINATION MAKE: BRADLEY BRANCH - SIDE CONNECTION

EWSDRENCHSHOWER/ - 1

1/4' - - 26 GPMMODEL: S19-310LLPLASTIC SHOWERHEAD AND STAINLESS STEEL BOWL.

EYEWASHUNIT PLUMBING ABBREVIATIC

AFF

- ABOVE FINISH FLOOR- COLD WATER- DRAWING- POINT OF CONNECTION- SANITARY SEWER- VENT TO ROOF- WATER HAMMER ARRESTER

REMOVE EXISTING UTILITY SINK AND RELATEDAPPURTENANCES.UP TO WALL. PIPING IN WALL ARE TO REMAIN.EXISTING 4"CW/HW PIPING TO REMAIN.

GFNFRAI BFMOI ITION NOTFS; PI UMRING1.

FIELD VERIFY LOCATION AND SIZES OF PIPES.2 LEGALLY DISPOSE OF ALL MATERIAL AND

EQUIPMENT AS DIRECTED BY THE OWNER.COORDINATE SALVAGEABLE EQUIPMENTWITH THE OWNER.

MOtlTECT:

3

ARCRITECTBRALBULDPK CORP.

AA2800107111291 101 1RL N.

26 134781F1: 54181-262-50N

CWDWGPOESSVTRWH

NS

PFMSONS

I D- IDEMOLITION NOTFS: PI UMRING

I Dl l

I D2 I

TYPICAL FLOOR DRAINNTS

O LUMBING PLAN- DEMOLITIONSCALE: #' = 1 1-0'

O NPLUMBINC

PLAN- NEW/EXSITINGSCALE: P = I•-B'

NFW-EXISTING PI AN NOTFS: PLUMBING

E OWNER PROVIDED SINK. SK-1.2. PROVIDE 4" CW/HW COLD WATER PIPES, 2' WASTE PIPE AND

2 ' VENT PIPE. CONNECT TO EXITING TO EXISTING PIPING.3. PROVIDE NEW FLOOR DRAIN, FD-1. SAW CUT FLOOR AND

CONNECT FLOOR DRAIN TO EXISTING 2' WASTE PIPE IN WALL.4. PROVIDE NEW COMBINATION EYE WASH AND SHOWER UNIT.

PROVIDE NEW 1-1/4" PIPE TO CONNECT WITH MAIN I' COLDWATER PIPE IN REST ROOM.

ovum. It Ds:PLUMBING PLANS

SCHEDULES &DETAILS

SCALE:

1/4" = 1 1_ Q N

SITET N0;

P-1IL OT IL

ADDENDUM #1BID # 20180150

Addendum Date: 05/22/18Bid Name: Crime Scene Laboratory Renovations

Please make the following changes/modifications to the subject bid:

Add the following to the scope of work:1. Remove existing noted doors at the telephone room and mechanical equipment room indicated on the revis

drawing A-1. Re-use existing frames and match hinge locations to new doors.Remove and reuse door hardware except for the hinges. Provide new hinges as specified.

2. Provide and install new 6' double 16 ga steel door to match existing sizes. Doors shall have a label conformito Florida Product Approval or Miami Dade NOA for the location and wind load requirements as specifiedthe drawings.

3. Apply coatings and paint to doors and frames per the specification for painting color to match existing.4. Note miscellaneous changes to drawings for clarifications and locations of equipment.

NOTE: The bid opening date has not changed.

Instructions to Bidder:

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bidproposal/bid to be accepted.

20170

Page 1 of 1

Addendum #

*u.w-nz-'' "ae

m.n^.rurt,

LOCATION: 121 5W PORT ST. LUCIE BLVD,PORT 5T LUCIE, FL

Q 5/16/206

C5I LAB121 5W PORT ST. LUCIE BLVD

PORT ST.LUCIE FLDECEMBER 20, 2017

txs[ew..e

aim s < ® ..«

Fear ® ® a. ^a

O ..su,.a.v Z..., rn ® n.rc

s

M

^6av o..,COVER 5NEET

DRAWING LIST

SHEET a TITLE REVISION DATE

A-0 COVER SHEET A 5/16/2015

A-O.I GENERAL CONDITIONS

A-I NEW FLOOR PLAN A 5/16/2015

A-2 DETAILS 4 SCHEDULES A 5/16/2015

A-3 PAINT 4 COATING

A-4 RESINOUS FLOOR

A-5 STUCCO

A-6 DOOR SPECS Q 5/16/2015

E-I ELECTRICAL PLANS

M-0 MECHANICAL PLANS

M-I MECHANICAL PLANS

M-5 MECHANICAL DETAILS

M-6 MECHANICAL SCHEDULES/SEQUENCES

P-I PLUMBING PLANS SCHEDULES 4 DETAILS

no now

urn Ws.70. A-0

10,

.n0/I

NTSerr ^ '

ARP HITECT,

e DHENSpw ..Re

INTENDED FOR LAYOUT OF ANYFRp IUTWE TO Tl1E

WOO, AN.ITIEi FDR_ TM(

E

OETre. TNLDRAHINGS O THE SPECIFKAT.ONSYULL Q,001. ST THE •BOST

F RIFuFs,AE nclsXX+ as

TO TNE MOST STRWGENT

ARCFEECTURALBASIN' CORP, j

,sx,u 'En

N.

rn.vl-xT-sNu

3000 PSI GROUT -VERTICALREINFORCEMENT RSREBAR (TYP-ALL)

CAULKED BUNJOINT GAP a'

AND SEAL

REMOVE EXISTING -SERVICE SINK

HOSEBIB

REMOVE ROLL UP DOORSAND ASSOCIATED METALS -DETERMINE THE DISPOSITIONOF THE REMOVED ITEM PER

°SL PROJECT MANAGERPRIOR TO THE REMOVAL

CSI LAB

136

/,---- NOTE I

LL

CONTROLN;>TF l

JOINT• REMOVE 12'X2'0' METAL LOWER AND DISPOSE PROPERLY. FILL

WITH B' CMU, FLUSH WITH WALL, STUCCO FINISH ONEXTERIOR TO MATCH EXISTING E SMCX)TH FINISH ON INTERIORTO MATCH EXISTING.

NOTE 2.• PAINT ALL EXTERIOR HALL

FROM CORNER TO CORNER• COLOR TO MATCH EXISTING

SEE SHEET A-2 FOR PAINTAND COATING SPECS

CAULKED BUTTJOINT GAP

AND SEAL

51)TF 3• INSTALL HOOD EXHAUST

PER MECHANICALDRAWINGS

RMGXINM

! 1 306/2010

DEMO PLANSCALE: i'

I ' -0'B\ NEW PLAN

A1I

SCALE: i•

1 ' -O'/CIENLARGED PLAN

SCALE, DRAHING TITLE,

FINI^ki SCHFQULE NOTE• APPLY I COAT PRIMER E 2 COATS OF EPOXY PAINT TINT EACH COAT FOR

INSPECTION OF I AYERS R INTERIOR WALL - FINISH PER SLEET A-I?

R(YhM TAG 1 EGEND.:

ROOT R

ROOM F.1511 KEY

NEW PLAN

SELL --.-_

A5 SHOWN

A-1EXISTINGSASE NEW WALLS WALLS

No+ lALL FINISHES

RAN,' ABOVE

FINISH SCHEDULEFINIS! KFY FLOOR

RESINOUS FLOOR

EXISTING

RESINOUS FLOOR CEXXTvalNr

EXISTING

EXISTING

EXISTING

EXISTING

E(VXY

COILING

SLAD

REMARK=

TOTO TO-1 EXISTING

I HR FIRE RATED O. CMU WALL EXTENDED FROM FLOOR TO DECK ABOVE (EXISTING)

0' CMJ HALL (EXISTING)

BLOCK FILL IN OPENING AS REQUIRED

3 ?' METAL STUD WALL WITH d' GYPSUM BOARD (EXISTING)

Ifbx.

WiWIIH: OATS

ARCHITECT•

ugolROM Iw YI N.S

Nrri.xl=16,19I

DOOR FINISH TOMATCH EXISTING

EXTERIOR DOORS

DOOR SILENCER

HAGER P30TD OR EQUIVALENT

CONCAVE WALL STOP HAGER 4236W/BL236W OREQUIVALENT

DOOR CLOSER STANLEY 4ODC211 TRI-PACK ARMOR EQUIVALENT BOTH DOORS

AHAGER P3700 SERIES

INTERCONNECTED OR EQUIVALENT

DAYBAR DOORS ARE NOT AN APPROVE PRODUCT FOR THE CITY OF PORT ST LUCIE2 ORDER DOORS TO MATCH THE EXISTING FRAMES l HARDWARE.3 PR• IDE NEW HIN S P R 1ST.

RECESSED FILLETALONG NEW WALL P

H-6' 0' A . F F - ALIGNTO MATCH EXISTING

APPLY STUCCO PER DETAIL C/A-2. FINISH COAT SHALL RESEMBLE EXISTING FINISHLOWER LEVEL ON EACH BUILDING. SUBMIT MATERIAL AND APPLICATION INFORMATIONPER REQUIREMENTS.

2. CONTRACTOR 5HALL ENSURE ALL FINISHED SURFACES ARE PROTECTED FROM OTHERTRADES WORK. THE GENERAL CONTRACTOR SHALL BE HELD RESPONSIBLE FOR ANTREPLACEMENT OF FINISHED WORK DUE TO NEGLIGENCE IN ALLOWING DAMAGE BYOTHER TRADES.

3 USE SHERWIN WILLIAMS (COLOR WHEEL) ELASTOIERIC COATING AND PAINT FOR NEWSTUCCO APPLICATIONS AS INDICATED IN THE SPECIFICATION MATCH COLOR OFCOATINGS TO PAINTS

3.1. WALL COLOR . TO MATCIJ EXISTING3.2 TRIM COLOR. 10 MATCH EXISTING3.3 DOOR COLOR, TO MATCH EXISTING3.4. CAULK ALL AREAS THAT REQUIRE CAULKING PRIOR TO APPLICATION OF EXTERIOR

PAINT OR COATINGS.U.S NEW STUCCO WORK ON THE EXTERIOR AND AROJND WINDOWS SHALL BE SEALED

WITH A MINIMUM lb MIL ELASTOYIERIC COATING (COLOR TO MATCH TOP COAT) ANDA TOP COAT OF ACRYLIC PAINT. SANE AS SPECIFIED. NO EXCEPTIONS. CURINGTIMES FOR STUCCO SHALL BE PER MANUFACTURERS WARRANTY PRIOR TOAPPLICATION OF PAINTS AND COATINGS.

PROTECT AND CLEAN ALL EXTERIOR METALS AND WINDOWS FROM PAINT COVER ALLCONCRETE WALKING SURFACES TO PROTECT FROM PAINT SPLATTERS

D 5/16/2015

Al&EXTERIORSTUCCO

FINISH TOMATCH

EXISTING

ALL EXTERIOR WAIL TOBE PAINTED TO MATCH

EXISTING

RECESSED FILLETALONG NEW WALL N

H-2' B' A.F.F. - ALIGNTO MATCH EXISTING

EPOXY PAINT CMUPER PAINT 1 COATINGSPECS - COLOR TOHATCH EXISTING

LADDER N GA.

VERTICALVERTICALREINFORCEMENT R5REBAR P 24' O.C.

(D' SECTION OF EXISTINGA22

SCALE, i• - I'-0•

EXISTING EXTERIORSTUCCO FINISH

RECESSED FILLET ALONG NEWWALL P 14-2' B' A. F.F - ALIGN

TO MATCH EXISTING

CMU WALL

SCRATCH COAT

BROWN COAT

FINISH COAT

RECESSED FILLETALONG NEW WALL

P H•0' 0' A.F.F -ALIGN TO MATCH

EXISTING

EXISTING

\EXTERIOR

FLOOR 0e • (il

INSTALL NEWRESINOUS FLOORPER SHEET A-12.1

ALL EXTERIOR WALL TOBE PAINTED TO MATCH

EXISTINGRECESSED FILLET

ALONG NEW WALL NH=0' O. A.F.F - ALIGN

TO MATCH EXISTING EXISTINGEXTERIOR

EPOXY

SECTIONSCALES I' -

NOTEINSTALL RS REBAR DOWEL INTO ADJACENTVERTICAL SURFACES N 16' OCEPOXY 6' EMBED INTO EXISTING AND ALLOW b'INTO NEW WORK GROUT SOLID 15T CELL ( TIP)

I' X 2' TRIM BOARDS ATAROUND THE PERIMETEROF THE CEILING ATTACH

ENLARGED ROOF INSULATION DETAILWITH }' TAPCON

NOTE.CAULK ALL JOINTS AND GAPS WITH LATEX SILICON CAULKCOMPATIBLE WITH EPOXY COATING

DETAILS 3SCHEDULES

SAS SHOWNNJ.LET RP.

A-2I1-016

PRMIN6 DATE• V!'aR.'CMb

RE's

EHTS EW 15011500 W CTLIN

BE 3/4 LVCH ',us W rte I/IL 4. (5 rnLIXU

01 AV ...AL TYPE I. ACCARLwCE

PLIES OR Y5/5 IA 1T)_ W ERE RATED APPL.CATOI,A. STANDARDS.

BET.. 7,R ERE?.(5CFA. 00510 BOE.E.C n

i GAGE DO[ TYPE

DEWS

L OP I/O (CO PUS OR 1/521 1. INCH (IRSORCFIIEM.

E5 (KT En) LOA'

0/5 INS).

.111

RATINGS AS ...T. All SOON

C

E SHGALL DE 3. .K. E. m).PE. OR

C.

RATEO.HE0^TED IN ACCWDAHCE

..)AHITI PA 151 01 (STANDAY.

1. 000R9 .01T .AVE Ax APPRO3ED ED.,. W ...EL ] a FRAMES CONSTRIKTIM

AD.05T DOORS FOE FREE 5E4. HITHWT ..DING._ Doou

A ti^^` BOOT 100/10EEO F01 by AN

Ea.,. STEEL SMELT, Aix

(50 m)

D.MST NINLf SETS, IIX.SfTS

01110 0500000SCC. MEW -

I.. GLA55 eW DOOR LIGHTS

UEPO.DE..T CERTIKAT,.1 ...CTS`^I1TV

HI ATKE YVIB9 AND NERDS UNt[55 OMfRMSE

b4KwTf USINL A SVITAGE LWRKA.F (OR`ATIfKE HrtHCTT Gtwl

u DOW0 SHALL HAVE A 150 DEGREE P

E0. COWLT. MTN ANSI .SO.D.

.0. AND ERME COATI...CTIO1 Oitw LTPSU0 BOARD

"I

E

TAR

w

LEVEE 1 .ORS GK[ (LS m) TIMES.

C. RE.C.

RT CPPIR 5 DE PRO.

OfPERA

EATILAONG

(p00

E FOIE TESTTM

RISE R

rH[ 00,0 SHALL 4,0,0E,' ,

RE...Ene.s fW I-LA I.C. (AA m) TIMES

'AD100051J ENT E.0 . AXE.. REAI OR REPLACE 0D..SECT,. ORR00 - ..411.. VELD RA... O COW

HINGE RE MORE FnExO. 9 GALE (1w m).

IH`1

EO PROq,CTS. CLEAN ...ED PRO0KT4 IN

• E•

9ECTKU .Tq INTNVSW DETECT.W S[CWITT

.< DELNERT, 19IC

B 1. STXI.E RFRRORC[nfM• p GAGE (!A m) FOUNK.i.

WERDAl E HIT tuNVTKTW.ei I.ST.CTOS BEFORE

E. CLOSER

E.ENTS. II LAG[ (1 L rn).

EP

OilR.

xpLE STORE AND PROTECT PR00.C15 wMR.. 1CS SE• CT.3600 NG B7IY9TPI 010

01 AND CONTROL. A.' DAT0* HANG AxSI/5`EA[..ATAC q 5RINTED D CC.STRUCTpH DEBRIS ASS.IATEO ET .5

D PRO'x EI.L PROT

pyl^

B. 9TWC FRE5.IN AN VPRCNT POSIt4N P(05 HEAd

eRA.K [MTERIAIF`1`, LNpTCMEU W n.i 0011 TO 50 AN4rf

Ep ppOgCTS unlL 0000 00 0[CT..RD.uRC DEVICES.

DER JT UNDfR EC... PEACE

NC. E. rn) uO.

HC ITN

M.G FPAnf C4.wEN5 An ... 0. AN

TALL

.OMB

>SBi^ .( ED .' ...cc....ccIrv. WITS [u.-,En IN 5STA. HITII

TNK[NE55• IG 4WE (I S

REOV 010

?OE 5Hue5DPTANREPA,RT01 oR0TIW D )LACED BROMIC.

Ax0ARD STEE O,w• 000 14/505.

[ urn es TO

C AIN

vpfr wE r0 0/0000

[taT+W000 eF[CTgx ..TR.CTOS FW .S .CEK. ARE . . TO A AF..1 TO P.OOCTS O

- (,LpI,G .HERS EABNCATED .1..E1..E PLCESE6 .445

T.E

E ..T.... TFD[SIN•

NaI A15pI., X O Ct.STCCHSTRLCTd

G

FIN.EV.A'K [[ (C

(C!u. - STANDARD FIGFl, CA Ot.

T...on

iRt

P1104e. PREVENT. ENRUPTKw

STK. CO-OYMW15.NLL DES)5

IET, URDOPI, (OIS

b. EHSORC THAT I•k ACTS Cl T SET ALE subs:.

...EDED AND FIMSNED W ACCOR0

1 CE HITN . 100 A25010RCCNT) C0.D-P0.lEP. aq

TOO AFEECRD TRADES H TP.E TO PREVENT ...PT.

PROCEDURE AW ACCEPT . 05TERN

.'.EfW 1.EA51, A .3/A

- ...RD [N'CCN 0 10.I FOR

PIROCOxSTACWTOICTD PNIXNE55

STEEL SLREACES FOR TEFL [CO.'

. YAND'TREE 5KGT. ` [D

*(WLD

`DLOT-C.ATEO(WLV

.10. EARED) IT

DT E TIlTHE TOT-DIVE.C...4

,,4,40,A,n„,,,.4 CLEAN,

STEEL .0E5 AND FR..

Q O`

U

DOOR SPEC

NTS

.4ET N0

A-6

SECT. RCLUDESA. STEEL .04S .D STEEL 01005.B. 'TEEL

sc...eB 0011000O IW STK. A...LIE..

DO.. SHALL BE TESTED M ACCOR.,XE NI. N. W,

FlFE RAT..E . -ALLEO `'

. TO LLTOBELERUCE 6 PLUS lR RM15Ea.

'EIRE TESTS OF DOOR ASSO.L.P •, MP 25E 'FlE

FLVSII .AWFTCO.. CARE

-

A[OVST 0 L<7W5 x0

(A rn_

ESTS OE DOOR ASSEMBLIES', AND LL IOC00)POSIT,.

T.EEK.pSSOCAI. (STC) .T,.G bOE NE.

Al.[5

PRESSURE NRC TESTS O DOOR ASSE.OEIES'.

xG TO AS. b

wD CLEANb.• SECT. OE. - MOOD

C.4C)MTOr.R

l.t SCHEDw•.P -PUNCA4D. CUT TO PROPER LENGTH A

sc[•

NM ATiO.! - It. PR vHM1IIX BOAC Ax0 KC[RAKE

C 44, 40, STWE V.D. 404 VEMFD 4,400 04 UMiA3

NG E'DEE FORANDE, nNSN PAINTED STEEL

D RSTALV.TCRE5 FOR 6TLCL WDIR9 Aup FlR[0

PANELS . MT.. WOPL CWSTgKTCN.0. MK.. MR... Im[OATE. IF T.T OE.. HET. PL4 n55.P.epD1KTT¢DPA.F CTEICT THI. IN SIRE

RE O TOTALA. A.0.10 - TEST eROCfpyRE ANDACC...C[

`T 5W.C.

ERT.E-C

D 9TER

FOR SEE..

fMURE .,„„ ,A „,.A OTHERT[nPLATES AxD

EICEEDS SO.. LRNTATIUt•.

LTC D'CRb ^A.D FRAM.

,.D.

5...RD ...CORE COPE AND BE TEST. 111TEST

IT.. ,OR LAOORATWT FEASURRIEM

ANDALL"flF50

RAHYIISOSIEOILTC 0.. S AVAILABLE -

ITOY1AZ Al,

..

AND - ALL TEST., .

MIT.A5

E

R.SULATED DOORS NEAL HAVE.A . FACTOR) OF 0J0 FOR A

TDRTTHARE ORE1 AT. FACTO' OF 013 FOE A POETSTTRFNE <ORF

DL W .

0 CER•RCE .7.. THE PAC[ O THC DOOR ANDD 0T

NHSTTA n RHLtL DOOI . 250 ... I D. DEGPLES C)

000100STOP 's m BE VK INCH TO 110 INC. 1 E. PLJSRATK. AS H[LL AS T. RCODU[D

CONSULTANT.

AR.T.CTI

QT 5/0./20lb

AA%OPO)ITPL N.

YP.T[R, FL 1'X711LL.6R•M.1•SARA

i

REVWIK ORS AND

RER. EPPLTgC[ DREp A DRAT, ALIYp KRTLK

AS. E-b - ..O.D TFqTRUO1ETNH[.D 50NFW.D

EERN C.TAbIf

KTUR[R.

DON

O AN KLWCR E..O, WC. IS COATED AT.

HPEN1S

'

TLV 03; LT3*(.W1fl, Kolb TOLL FLEE T[l Bw

T ^NXI501LN t1 l055 O WKDEC IPARIITOS AND

EHAnwRH. TNT EH.tu

RT I ENAMEL ySI.G wAUETDEOEHTS

-

,C9JL : vl0

p T 1WCOATPP4cC

EACJI COAT BEING EORCE CWED'CL[(LX?Il1tAL'Lu: ' LC_L:, HEY. Y.fc(n_q`_

LLTJJ^'L'F_•.

FKx c..[

^ Ta,H. DHI

.NSTALLAi0A1 .1. ION DWRS ESTS TOR 5.E.TIT/Tq^ HILL OE ^DFRE0 w piF.MARDHAA^,

ANU

DMACCORDA CE HIT. PFC... SECTION• ST.Ano.D EC. EAC DC.. AND N.C.. O1 ,„,IAA,

X

AD ...LT I P..ED.TpF Il St.STWitS HAVE• ,44AVS Y.1 0.00,0,0,0 0,0,000 O 1RE TESTS 0W STEELNKOATESHEET

DCOS

.STEEL SHE.EnEET.

E..COLDAST.

.EA D CO.I.CIAL OE. NnODOR5[Tb Tu,MI4G

FD

TESTS C. DOPE

B GAtVAM.E/R[D STEEL SM[T. wSTn • G50/w .5.1,

W R

TW FIFE

. COT.IERCW. QUALITY. HOT-HIPPED.

NEaSTAET T4ATUH SuS9

5 AND RMES HAIX[PTwbE

110 MSS 000`E

DEw1

105, :RR

RC KFFE55. G90 LOA,. (GALVOI410)

I

1EA9 IHSTALLAT01 IHSTRICTOO 10C - PO ME 0. TES. C. VOL.

COAT TI.

i[bwIu LDIOCU

'TUCT:ro

15F..LKSDDO[4

C.rwre

[

DOOREH"T[ wENKS ARE INSTALLED FLUE,L. SUBIRE'rALS

A.

°

H.. R.t.[AL FACE Sw..D..

TFUE µ0 LEVEL.°

^ THL AM.p1 A

.TED TO

5EEEEEF T•RCNIN SCE1y p SLCTIW 0,300.

CLOSED Nrt. STEEL P InET.

TO .4E5E,SI 0,B,B EIwKTq[G: ^H`N••

SLO OL W INS DATA S.C[TS ` FO..ELS PHroJfR.W HEEDED TO FACE[S.EETS.`R OVALITTO.

.ACT.(410 PROOCTE TO DE USED, IKLUDIHG .A ...ES (44 m).

CN 40000 05 S AND Ri.COE..DATOS

.1DEL K GACF

rn)•

O.XE ANp uwOL.NG RE...EMS AND L[ TOG[ sEwtS. )YRLPARATOR .FOR[ PRCCEEDI.4ATOS.

oEKES.15IIB

1:

(ID

EKES. ,2 PREPA.AT.• UTIW n.' O.E Fu... A CLEAN S.F.. TEO.E.O. PRO. TO 1.TALtATK.

E. FACE METER. O.• IT TH BEER .. R,S p ...L.5E/5R[ ,fNC N E. GAL PREPARE SURFACES 15100: THE ...DS RE ESUDEH.

. DCO SrE. YRET.IEP^1At[D. u-.EL. O

H n

TA.. E.

4YI.G TIE BEST T RESIATEORFE. E 51SOSITRATE UNDER THE PROJECT Ydp1IO.5D ARCNWKFS.

[.15

E. E TURiDOOR ...KATF

0.0,

wLUTW

DOA.CIEHiwix>. Ha

D BY LwnwTwG PANELS TO w

LCD DIBn FWC. 1 DF

OHE REGEARI.E.TS Of

HILL BE ER,

W

ET[

^ TOH

wSiNRUCTOS.ACCOMVCE NIT. [uw.KTWE0.'S5 TiE ['K FN.[YT[ Clwu[L5, PROJECT.PRpTC 5 *0.TA

or nR A I AHO OR A1. FOR

D.EETS CORE P.a. BE AS F0.LCH5nt DCC co.T.T 0. OF I

.cH (n rn) c.L IgNrrcoE..RE.Au. WDL STSr/T[n[x! . CA rG COSTS FOR E..

EXPANDED

CORECORE

ERODVCT HAV.. RECYCLED COIENT.

...AL F.ER CORE.C

`

DATTA.NCLUD.B LC 01044 000 DI5T EE EXOn

000 20 GAGE (011.5771) TNT SHAPED SDFF..R5PROJECT

HERDED TO THE INSIDE O EACH FACE SHEET ATE

EE. W F[c01E4T FOR CLAIN RAN

L'G INCHES 050 .1) 05 C.T., .T.MATERIAL.

T

.KENO! STATfn.T .NDCATW C05T FOR EACH

FENERS '!HALL BE.

IeEFNFRS.

.EGWEL STD 0(0 REG.. FRACTION BY E...

T, F.... FACTORYGAGE EVE ER.T.. COH

ea (nT

[

BE A:0 m) cvT nxnr

IM[W LOCCSET..MGE .WD

CORNER SECTION OE F .A. .

`• .05EOVE .7...5 THAI I.CLVO KTVFEF•5

AAND

OFDS U. Of CABLEKTE NNS. PERROO. CREAM tts

1.5 ...TT ASSURJ.E

A. 7P<• ap T

R5SECT W[ TNWIACTWap PROOKTO

Er. YEARS•

PROD.. SPEC..B.OOCUn[MED EIV.nF.CE , STK.

`IT. SECTOR

O. .STALL I oAi.'cSRDAH""A"CE' MIT...a A2

.. ER.STEEL ERMES•

.0HW 0,R%wS

rALLATO. WIpE EON ppOR• A.0

G. T.. TO THEoT.R

STIPRIKTURf PTO cr.. T1RE

SW.LLPOSIT. AND STAB... 0 HALL 011024=5,SE ESTLS[ INSTALLED TIT A. SILL A...5 TO • ..ANN 5,..LE

D. I.T^ LAT R.KN)i F.rll. SHALL F BE BRACED . FASTENEDTO. AHD HOTTLT1 [IKw..ElS K GAGE E..,

O[F01/530 TH. !1401 ER.E.S. GROUT S.. BE ..DJECT HEEDED TO .TH FACE S.ICETS AT A

PR0..Ipf A A INCH (.R m) n.AE

AND NANDE.

1D. m) W CENTER GRGVT 100 0 w 00TROMELEO IHE. F. EETE.,OR DOORS FILL TOP CHANNEL 1.11.

CR. .00TH.

E RI+PAFYE•COSIOTELCT 5 LL .OT DE uSEDIN

.TALLpOfN HG CE.n ..RL AT

A n40

Ka 4DA.CE FEIN H^P w AND EOA^LT[OODE AvT.OiITTSNAIL Be.100 O S C IKN6 `

O( rn) W CWTER.

DRWHSTAU

TD tu.ert*lx AL... METH ERMESER. (AA m) Tue.. R

0/0001001 EIFECTNWf53 A.0TO A...EVECORI.Atl.. ENETy/G ...EL

AODrtgN.AL v

ppE.AKE ADJUST TOEOINTAH ....El. CLEA...KE

ECCATED AT EA. .GRC

[

EO TO ASSURE THE PROP.T^'ctn

CLEARANES ARE ACHIEVED.DE

REIMA [f I YA .. (AA MIT ETMCK. R.FOKED

ELIFlCO w SE<TCH CnTn .ND. COMTI.OL, GAGE C... ED LOO...C. CHAM.EI.

ACCORDANCE f!H THE A NARDHAR[ h AC 1^RfRSR ,450AA DAT10,4 ARD TEYPLATFS.0.

SAGAl SERIES H. BEVELED AHD NNDMOFACE . SHEE

.TNTS.

A

NSTK

EW GODE4 4,4 4 SOWS AN

511.LL BLDTI.. ERTw.T 4.40,00, 4A,CC ... GAGE CHWNEI. IG GA.

...C.CE.EMS FOR .ORTISEED CY W KKLKIS A. O AN .NTEE.EAL PC . ...CC

BETHFW T.E DOA A. W.4E HEAD AHDMIN A.G.AI,S ST

Vi

BOTH

ANSINGLE SHING D '.1105 O .X.5TD. KO 01351 0OWRS5. AL MANE A 1.1

SOON

E. DE R NW BEVELED AND ...CEO COTH A

/BiKH ()1RAN..».W ..ECA T. EST. EAT045ING O . 14TH

COI.. C. N GAGE STEEL CNAMRL. 14 GAGE

D. CLEARANCE B[iHL. TN[ M[TI.G EDGES O PAIRS O

n-mG PR.T.O DATE. mllplDK

ADDENDUM #2BID #20180150

Addendum Date: 05/22/18Bid Name: Crime Scene Laboratory Renovations

Please make the following changes/modifications to the subject bid:

Please also add to the scope of work:

Number 2 of Addendum #1, we also need the selected Bidder to provide door grills with insect screens to match texisting doors.

NOTE: The bid opening date has not changed.

Instructions to Bidder:

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bidproposal/bid to be accepted.

20170

Page 1 of 1

Addendum #

ADDENDUM #3BID # 20180150

Addendum Date: 06/13/18Bid Name: Crime Scene Lab Renovations

Please make the following changes/modifications to the subject bid:

NOTE: The bid opening date has changed to June 25, 2018 at 3:00 pm.

Instructions to Bidder:

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bidproposal/bid to be accepted.

20170

Page 1 of 1

Addendum #

ADDENDUM #4BID # 20180150

Addendum Date: 06/25/18Bid Name: Crime Scene Lab Renovations

Please make the following changes/modifications to the subject bid:

NOTE: The bid opening date has changed to July 11, 2018 at 3:30 pm.

Instructions to Bidder:

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bidproposal/bid to be accepted.

20170

Page 1 of I

Addendum #

ADDENDUM #5BID #20180150

Addendum Date: 06/26/18Bid Name: Crime Scene Laboratory Renovations

Please make the following changes/modifications to the subject bid:

NOTE: The bid opening date has not changed.

Instructions to Bidder:

There will be a second site visit held this Thursday, June 28, 2018 at 9 AM.

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bidproposal/bid to be accepted.

20170

Page 1 of 1

Addendum #

ADDENDUM #6BID #20180150

Addendum Date: 06/27/18Bid Name: Crime Scene Laboratory Renovations

Please make the following changes/modifications to the subject bid:

NOTE: The bid opening date has not chan ged.

Instructions to Bidder:

Please see the attached pages for an updated drawing.

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bidproposal/bid to be accepted.

20170

Page 1 of 1

Addendum #

u.w-au-.w

CcMUIrNR.

(A 5/16/2010

seer .

.00

U

LOCATION: 121 SW PORT ST. LUCIE BLVD,PORT ST LUCIE, FL

DRAWING LIST

SHEET a TITLE REVISION DATE

A-O COVER SHEET A 5/16/2018

A-0.1 GENERAL CONDITIONS

A-I NEW FLOOR PLAN A 5/16/2018

A-2 DETAILS < SCHEDULES A 5/16/2016

A-3 PAINT t COATING

A-4 RESINOUS FLOOR

A-5 STUCCO

A-6 DOOR SPECS 0 5/16/2010

E-I ELECTRICAL PLANS Q 6/15/2016

11-0 MECHANICAL PLANS/(^ 6/15/2015

11-1 MECHANICAL PLANS Q 6/15/2015

M-5 MECHANICAL DETAILS A 6/15/2016

M-6 MECHANICAL SCHEDULES/SEQUENCES Q 6/15/2015

P-1 PLUMBING PLANS SCHEDULES t DETAILS 6/15/2015

CSI LAB121 SW PORT ST. LUCIE BLVD

PORT ST.LUCIE FLDECEMBER 20, 2017

Etrfttt

TT.. 1:1111

mrm ® t .,, term a a. WWI ....

0 ^... ®

® ..

-I^..

. o UMW ^ m

.^ »,

C111:7

rTrN .

Ton.

t1=ID- .a ^..o. ... COVER SHEET

NTS

A-0V

fanan Va..

DOi EXISTING UNIT HEATER AND ASSOCIATED DISCONNECT 10 REREMOVED. REMOVE CONDUCTORS AND CONDUIT TO NEARESTJ-BOX.RELOCATE RECEPTACLE. SEE NEW/EXISTING PLAN FOR NEwLOCATION.

CFNFRAL OFMOI RION NOTES: Fl FETRICAT.I.

EXISTING LIGHTS, SNITCHES AND RECEPTACLES ARE TO REMAIN.2. FIELD VERIFY LOCATION OF JUNCTION 80%ES TO REMAIN.3. LEGALLY DISPOSE OF ALL MATERIAL AHD EQUIPMENT AS

DIRECTED BY THE OWNER. COORDINATE SALVAGEABLE EQUIPMENTWTH THE OWNER.

NEW-EXISTING PLANN OTES:

I PROVIDE NEW 60A, 2POLE. 250VOLT, NE, NEMA I DISCONNECTSWATCH FOR FAN TERMINAL UNIT PROVIDE 248CU A 1/100 IN

NEW r CONDUIT FROM DISCONNECT TO JUNCTION BOXPREVIOUSLY SERVING UNIT HEATER. REUSE EXISTING CONDUITAND REMOVE EXISTING WORE AND INSTALL 218CU A IRIOC RARE10 PANEL. REPLACE 20A-2 POLE BREAKER MIR A NEW 40-A2 POLE BREAKER IN PANEL

2 PROVIDE HEW 30A. 2POLE, 250V0LT, NE, 3R COMBINATIONMOTOR STARTER AND DISCONNECT FOR EXHAUST FAN. EE-1PRESIDE 2I12CU A 1312GND IN NEW E CONDUIT TO SPARE20A CIRCUS' IN 208V PANEL LEO IN ELECTRICAL ROOM

GENERAL ELECTRICAL NOTES1 THE WORK PRACTICES EMPLUTEO ON THIS PROJECT

21 PROVIDE PERMANENT PROFESSIONAL LABEL EACH

SHALL AT ALL TIMES COMPLY MTH OR EXCEED THE

SNITCH YATH SOURCE PANEL AND CIRCUIT NUMBERLATEST ADOPTED EDITION O' THE NEC (NATIONALELECTRICAL CODE) ELECTRICAL CONTRACTOR SHALLPROVOE 0R QUINN ALL REWIRED LABOR. MATERIAL. EQUIPMENT, INSURANCE. TOGS. PERMITS.INSPECTIONS. ETC TO PERFORM THE PROJECTELECTRICAL WORK AS PER NEC. LOCAL AGENCIES.ANO OWNER REQUIREMENTS

NEMA 5-20R DUPLEX RECEPTACLE. 20 AMP. 125 VOLT

SINGLE POLE SWITCH, 20A. 120V 0 AB' A.F.F. TO TOP OF DEVICE

COMBINATION MOTOR STARTER/DISCONNECT. SIZE AND POLES AS INDICATED.

0

JUNCTION BON. A'.2"A2" (1TP) UNLESS OTHERWISE NOTED OR REQUIRED BYCODE.

TX10 PENDENT LIGHT FIXTURE

EMERGENCY/EMIT LIGHT

I CONTRACTOR SHALL REED MINIFY LOCATION ANTIPOLAR NEEDS OF EQJ,PMENI WITH OWNERSREPRESENTAPVE (REVISE BRANCH ORCUITS ASREQUIRED). AND SHALL COORDINATE FINAL LOADS ASNOT TO EXCEED BREAKER

PROTECTION PROVIDED

O. SEE ARCHITECTURAL DRAWINGS OR INFORMATIONCONCERNING EXISTING CONDITIONS AND NEW WORK

y. ALL WIRING DEVICES SHALL DE 20A RATED.COMMERCIAL GRADE TYPE DEVICE COLORS ANDPLATE COLORS TO BE DETERMINED DY ARCHITECTPRIOR TO PURCHASE AND INSTALLATION

10 ALL CONDUITS, CABINETS, PANELS AND OTHEREXPOSED NON-CURRENT CARRYING METAL PARTSOr ELECTRICAL EOIPAENT SHALL DE GROUNDED INACCORDANCE WITH N.E.C. 250 AND ALL APPLICABLEFEDERAL. STATE AND LOCAL. CODES.

11. THIS ORAWNG IS A GUIDE FOR THE INSTALLATIONOF ELECTRICAL SERIACC. THE ELECTRICALCONTRACTOR IS RES P ONSIBLE TO PROVDE AFUNCTIONING SYSTEM.

12 ALL HOME RUN CABLES SHALL BE RUN NITNOUTSPLICES EXCEPT WHERE OTHERNTSE INDICATED

13 ALL PULL AND JUNCTION BONES STIALL BEACCESSIBLE AT ALL TIMES

14 EXACT PO.NT METHOD OE CONNECTION SHALL BEDETERMINED IN FIELD.

IS ALL WORK SHALL BE DONE IN A NEAT ANDWORKMANLIKE MANNER.

16 JUNCTION BOXES SHALL BE PROHOO AS PER NECHEOARELIENT ACCORD.NTA.Y IQ HEIR LOCATION

Ti ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLEFOR ANY CUTTING AND PATCHING REO.A.RED TOPERFORM THE ELECTRICAL WORK. OWNER/GENERALCONTRACTOR SHALL BE NOTIFIED BEFORE STARINGANY GUTTING AND PATCHING, AND STALL DE DONE INSUCH A MANNER THAT WILL NOT AFFECT THEBUILDING STRUCTURE, ELECTRICAL CONTRACTOR SHALLBE RESPONSIBLE FOR ANY DAMAGE AS A RESUR.T CIFTHE CUTTING AND PAICIIIND AND STALL PROVIDE ACODE COMPLIANCE SOLUTION TO RESTORE 111EBROKEN SYSTEMS AT NO EXTRA CHARGE

18. ELECTRICAL CONTRACTOR SHALL COORDINATE FINALLOCATION OF DEVICES WONT OWNER TO ROODCONFLICTS WTH FXISRNG CONDITIONS, FTC

10. ELECTRICAL CONTRACTOR STALL FOLLOWOWNER/GENERAL CONTRACTOR, NATIONAL AND LOCALAGENCIES. ETC SAFETY REGULATIONS PROCEDURESELECTRICAL CONTRACTOR SHALL MONDE ADEQUATEEQUIPMENT AND NDRKINO AREA PROTECTION TOPREVENT INJURIES TO PEOPLE AND DAMAGE TOPROPERTY,ALL WORK SHALL BC DONE IN A NEATAND WORKMANLIKE MANNER.

20. ELECTRICAL CONTRACTOR SIAL1 FULLY TEST ALLELECTRICAL SYSTEMS VON COR A LEIION GF WORK.

PANEL LEO

S

ONEE

E=

PLAN- NEW/EXSITINGSCA

LEI

' LE'

= 1 ' -0"

IROI RAT:

fI113]

01tAIR

T ELLAUIaN

TXXUAInwI:

6-IS'-T8

ORA.. BAR

5CALL

1/4" = 1_0=

E-1

2. A COPPER EQUPMENT GROUNDING CONDUCTOR. SIZEDAS PER TABLE 250-122 O' THE 2008 OR LATESTADCARTED NEC, SHALL BE INSTALLED RI ETERYRACEWAY AND EFFECTIVELY TERMINATED AT EACHDEVICE. UNLESS NOTED OTHERWSE. PRIMLY WRESSIZE PER PHASE, NEUTRAL AND GROUND SHALL BEP12AWG AND 1ANIMUM CONDUIT SIZE SHALL 6E 5/4

A. CONDUCTORS 02 AND /1O SHALL. 50,10 BEMILAN/THAN COPPER

A ALL CONDUCTORS SMALL BE NUN 'IN CONDUIT (EMTOR MOD) OR MC CABLE IN DUNI EXPOSED ANDCONCEALED AREAS FLEXIBLE CONDUIT SHALL ONLYBE USED FOR FINAL CONNECTIONS FROM OUTLETBOXES TO LIGHT FIXTURES, MOTORS. APPLIANCES.ETC., MAX LENCHI 6'-U"

S ALL MATERIALS SHALL RE UL APPROVED

8. ALL BRANCII CIRCUITS SHALL DE PROPERLY PHASEAALANCEU.

LI-1,3

HOMERUN TO PANEL

20

DSCONNECT SWITCH, NON FUSED

22. ELECTRICAL CONTRACTOR SHALL FIELD COORDINATEFINAL CONDUITS LOCATION NIIH MECHANICALCONTRACTOR DUCT WORK.

23. PROVIDE A FULLY TYPED UPDATED PANEL DIRECTORY

2A. CONDUIT TO 8E SUPPORTED AS NOT TO ALLOW FORANY DEFLECTION OR SACGNC IN CONDUIT.

ELECTRICAL LEGEND

(E)

(E)

E)

I(E)

ELECTRICAL PLANS

II-TWO

00IIAI0 TAR. 07/20/.6

GENERAL NOTES

1. MOUNT TEMPERATURE AND HUMIDITY SENSORS AT AB' AFT (TYPICAL FOR ALL STANDARD SENSORS).COORDINATE LOCATION WITH CASEWORK SRO, DRAWINGS.

2 INSTALL FLEXIBLE DUCTS IN ACCORDANCE WITH SMACNA STANDARDS. MAXIMUM ALLOWED FLEXIBLE DUCTLENGTH SMALL BE ENE (5) FEET, INWVIDUAI DUCTS SHALL MATCH THE NECK SIZE OF SUPPLY DIFFUSERS

5 PROVIDE MANUAL VOLUME DAMPERS AT EACH DUCT BRANCH LEADING TO AN OUTLET/InLET OPENING, FORSUPPLY. RETURN ANO EXHAUST AIR DUCTS. INSTALL THESE DAMPERS AS FAR AS POSSIBLE AWAY FROM THEOPENING

A. ALL WORK SHALL BE M ACCORDANCE WITH THE CODES AND STANDARDS REFERENCED BELOW.

REFER TO ARCHITECTURAL REELECTED CEILING PLANS FOR EXACT LOCATION OF CEILING DIFFUSERS/GRILLES.COORDINATE WITH ALL OTHER TRADES FOR THEIR LAYOUTSREFER TO ARCHITECTURAL PLANS FOR EXACT LOCATIONS AND DETAILS OF EXTERIOR WALL LOUVERS ANDROOF PENETRATION CURBS

COORDINATE ALL MECHANICAL WORK AND EQUIPMENT WITH STRUCTURAL MEMBERS. ELECTRICAL WORK ANDFIXTDRES. ALL OTHER TRADES AND ALL EXISTING CONDITIONS.

FAORICATE ALL DUCTWORK IN ACCORDANCE WITH SMAGNA STANDARDS.

9. PRONTO[ ACCESS DOORS IN DUCTW ORK TO SERVICE FIRE/ S MOKE DAMPERS W DEVICES WITHIN DUCTS NOTOTHERWISE ACCESSIBLE TRIO GRILL/O EFUSERS OR OVEN (OCT.

10. PROVIDE ACCESS DOORS IN UINCCESSIBLE CEILINGS TO ACCESS MEP DEVICES ABOVE CEILINGS NOTOTHERWISE ACCESSIBLE.

12. PROVIDE DUCT FLEXIBLE CONNECTOR BETWEEN CACH (AN AND CONNECTED D'JCTORK.

13. PROVIDE ALL HVAC EQU . PAINT COMPLETE WITH MOTOR STARTERS AS PER MANUFACTURER REQUIREMENT.

Il. DETERMINE FINAL LOCAT I ONS A URIENTAION OE ALL ECUIPMENT IN IRE FIELD.

15. COORDINATE FINAL EQUIPMENT LOCATIONS WITH EKE GENERAL CONTRACTOR. THE LOCATION AS INDICATED ONTHE DRAWING IS APPROXIMATE

TB PROVIDE FIRE/SMOKE DAMPERS AT ALL DUCT PENCTRATIONS OF ALL FIRE/SMOKE RATED ASSEMBLIES. TOMAINTAIN THE INTEGRITY OE THE ASSOCIATED FIRE/SMOKE ASSEMBLY.

19. FIRESTOP/SMOKESIOP ALL PIPE PENETRATORS THR000H FIRE/SMOKE RATED ASSEMBLIES TO MAINTAIN THEINTEGRITY OF IRE ASSEMBLY

20. ABEL ALL VAN BORES ABOVE CEILINGS. LABEL AT CCIJNG 1ILE WITH VAV TAG. SEE SPECIFICATIONS FORTAGGING INFORMATION.

11. USE VOLUME CONTROL DAMPERS TO REGULATE AIR QUANTITIES ONLY TO THE EXTENT THAT IRE ADJUSTMENTSDO NOT CREATE OBJECTIONABLE AIR MOTION OR SOUND LEVEL VARY TOTAL SYSTEM AIR OUANTRIES BYADJUSTMENT OF EAR SPEEDS PROVIDE DRIVE CRANGES REQUIRED.

22. THE MECHANICAL CONTRACTOR SHALL FURNISH ALL MOTOR CONTROL DEVICES SUCH AS MOTOR STARTERDISCONNECTS, AND SWITCHES TO THE CLECTRICAL CONTRACTOR FOR INSTALLATION. THE MEC...CALCONTRACTOR SHALL PROVIDE All CONTROLS AND TRANSFORMER WIRING.

21. PROVIDE A HAND O=F AUTOMATIC SWITCH FOR EACTI MECIUNK;AL EQUIPMENT UNDER TIIIS CONTRACT

2

a

MECHANICAL SPECIFICATIONS

1. COMMON WORK RESULTSIDENTIFICATION TAG .- PROVIDE ADHESIVE BACK STENCIL WITH NOT LESSTHAN I' HIGH NUMBERS/LETTERS AS EQUIPMENT TAG.

EQUIPMENT ACCESS- INSTALL ALL PIPING. CONOUR, DUCTWORK ANDACCESSORIES 10 PERMIT ACCESS TO EOUPMENT FOR MAINTENANCE ANDSERV1C E

SCOPE OF WORK- PROVIDE ALL LABOR AND MATERIALS AS REQUIRED TOACHIEVE A COMPLETE AND OPERATIONAL MAO SYSTEM COORDINATE V1THALL OTHER TRADES

MATERIALS- ALL MATERIALS SHALL BC NEW AND FREE OF DEFECTS UNLESSOTHERWISE STATED. APPROVAL OF ANY MATERIALS DOES NOT MEANACCEPTANCE OF WORK WHERE INSTALLED IF SUCH MATERIALS PROVECEFECTNE.

2. HVAC DUCTSSUPPLY - GALVANIZED STEEL SHEET METAL. AST. A653 OE LOCKFORMING QUALITY. GALVANIZED COATING TO BE 1.25 OUNCES PERSCWARE FOOT. BOTH SIDES OE 111E SHEET, C9D IN ACCORDANCEWITH AST. AND

EXHAUST- TYPE 316, 30A OR 302 STAINLESS

3 BLANKET INSULATIONPROVIDE 1.5 INCHES. MINIMUM DENSITY 1.5 PCF, K OF 0.31 AT 25DEGREES F; ASTM C 553. TYPE II. INSULATE SUPPLY. REILRN AND OUTSIDEAIR DUCTS

A. AIR DUCT ACCESSORIESMANUAL DAMPERS- PROVIDE RUSKIN, VENT PRODUCTS. AIR BALANCE ORAPPROVED EOUAL. DAMPERS SHALL BE CONSTRUCTED TO MEET SMACNASTANDARDS. REINFORCE ALL BLADES TO PREVENT VIBRATION, FLUTTER OROTHER NOISE. USE RVETS TO SECURE INDNIDUAL COMPONENTS PROVIDEOPERATORS WITH LOCKING DEVICES AND DAMPER POSITION INDICATORS FOREACH DAMPER PROVIDE SPIN IN FITTING WITH VOLUME DAMPERS

FLEXIBLE DUCT- PROVIDE ANCO PRODUCTS. CLEVAFLEX, THERMAFLEX.FLEXMASTER OR APPROVED LOUR.. FACTORY FABRICATED. UL T81 USTED ASA CLASS I DUCT. AND HANNC A FLAME SPREAD OF 25 OR LESS AND ASMOKE DEVELOPED RATING.OF 50 OR UNDER IN ACCORDANCE WITH ((EPA90A DUCT INSULATION TO NAVE R-VALUE OF A.2. MINIMUM 1 INCH THICK.

TESTING. ADJUSTING AND BALANCINGPROVIDE TESTING. ADJUSTING AND DAIANCING FOR TIRE MECIUNICAL SYSTEMIN ACCORDANCE WITH STANDARDS PUBLISHED BY AABC OR NEBR PROVIOEA COPY OF THE REPORT 10 ENGINEER FOR REVIEW PROVIDE FAN ANDMOTOR DRIVE SHEAVE ADJUSTMENTS NECESSARY TO MAN PERFORMANCE.FINN. AIR SYSTEM MEASUREMENTS TO BE WITHIN THE FOLLOWING QUICK'A. FANS ON TO WIOXH SUPPLY CHILIES. REGISTERS. DIFFUSERS OL TO ATOP.C EXHAUST GRILLES. DIFFUSERS 0% TO KIDS

SURM:TTALSPROVIDE OM MANUALS AND SHOP DRAWINGS IN ELECTRONIC FORMAT (POFS)OF DIE FOLLOWING TO ENGINEER FOR REVIEW:A. FAN TERMINAL UINTB. EXHAUST FANC. AIR DISTRIDUTOND. T & B REPORT

DESCRIPTOR

DETAIL SYMBOL;A =IDENTIFYING NUMBERB =SHEET WHERE DETAIL IS SHOWN

SECTION SYMBOL:A IDENTIFYING LETTERB=SHEET WHERE SECTION IS SHOWN

TITLE SYMBOL ON SHEET WHERESHOWN:

IDENTIFYING NUMBER/LETTER

EQUIPMENT IDENTIFICATION (REFERTO SCHEDULES)GEM

(NOT ALL SYMBOLS USED)( SYMBOL I ABBR )

DESCRP110N

( []// REVISION CLOUD AND^ REVISION NUMBER

KEYED REFERENCE NOTE ORSHEET NOTE

TEMPERATURE SENSOR (WALL MOUNTED)DASHED LINE INDICATESCONTROLLED DEVICE

©

COMB:NEO TEMPERATURE/RELATIVEHUMIDITY SENSOR (WALL MOUNTED)

STATIC PRESSURE SENSOR

POINT 01 CONNECTION (POC)SYMBOL

GENERAL LEGENDSTMB0. I

123-T

ASR CHANGES PER HOURABOVE FINISHED FLOORAR WWDLING UNITAMERICAN SOCIETY OF HEATING. REFRIGERATION.AND NR CONDITIONING ENGINEERS

A 6-1B-IB

H2O

WATERHP

HORSEPOWERNR

HOURHVAC

HEATING. VENTILATION AND AIR CONDIT I ONINGHZ

HERTZZ

OA

OUTS OE AIR

POC

POINT OF CONNECTION

RA

RETURN AIRRPM

REVOLUTION PER MINUTE

SA

SUPPLY AIRSMACNA SHEET METAL AND AIR CONDITIONING

CONTRACTORS' NATIOWL ASSOCIATIONSTATIC PRESSURE

TA

TRANSFER AIR1RP

TYPICALv

VOLTS. VOLTAGEVAV

VARIABLE AIR VOLUMEVED

VARIABLE FREQUENCY DRIVE

&)LOI S CORP.

U.ICRIOWXI RR A.

I 3iARA NTULTIN

DESIGN CONDITIONS

RESIGN CRITFRIA.

PORT ST I11CN FLORIDA

OUTDOOR WINIEFRDESGN"

31T DB/29F WB

INDOOR DESIGW

SIMNEL(

MI=75'F, 50* RH 20'F

APPLICABLE_CODESAND__STANDARDS ,

FLORIDA BUILDING COD: MECHUYICAL 2012FLORIDA BUILDING COOL PLUMBNG 2012FLORIDA BUILDING CODE ENERGY CONSERVAION 2012FLORIDA BUILDING CODE 2012NEC 2011NEPA 90 ANEPA 90 BAS'IRAE 621-2013SMACNA

SPACE AIR BALANCE TABLE

UNIT TAG FTU- 1 EF- 1

SUPPLY AIR 850 -

RETURN AIR _ -

EXHAUST AIR - 900

TRANSFER AIR 50 -

PRESSURIZATION -50 -

AIR DISTRIBUTION LEGEND(NOT ALL sr.eoLS USED)SYMDDI

Ih r-- -

DESCRIPNONSINGLE ONE DOUBLE LINE

RECTANGULAR DUCT SIZE IN INCHESFIRST SIZE LISTED IS SIDE SHOWY.ROUND DUCT SIZE IN INCHES

SUPPLY AIR DUCT SECTION TURNEDVP OR TOWARDSSUPPLY AIR DUCT SECTION TURNEDDOWN OR AWAY

I-

DSD DUCT SMOKE DETECTOR

.^_

FIRE DAMPER

El--

SNORE DAMPER

MECHANICAL

PLANS

1/4" = 1 ' -0"Aa,

M-0

S 18 A , Q-TB 1a

r- IN

15- A1 } VO

MANUN VOLUME DAMPER

MODULATING OPPOSED BLADEDAMPER WITH ACTUATOR

FD

FIODO

RER

DALN

MPEDU

RCT

W/ACCESS

INDICATES RETURN oI EXHAUST AIR FLOWDIRECTION

CEABG EXHAUST GRUE REFER TO DRUSER A'0CRIME SOITOUE MR ADNRONH RfDRMAIXIN

I2_92AMNIW PAIL AA/20/20TA

n

ILLk11•11 n M a l . _ l It

E=,P RUSE)

EXISTING IB X14SUPPLY DUCT

N

PROVIDE TEMPERATURE SENSOR.p PROVIDE LABEL ON FUME HOOD TO READ 'RWIEN USING FUME 11000,

RAISE SASH TO IX', MAX. UNDER NO CIRCUMSTANCE SHOULD FUME HOOD BEOPERATED WHEN SASH HEIGHT IS GREATER THAN OR LESS THAN 1E'

Q PROVIDE FLANDERS FILTER HOUSING SUREPLEAT W1IH OVERALLFLANGE HEIGHT OF 15', OVERALL RRDTIT OF 20' AND 12" FRAME DEPTHPROVIDE WITH A. MERV ID FILTERS.

Q PROVIDE NEW TRANE BAS CONTROLLER.[] BALANCE FUME HOUR EXHAUST SYSTEM FOR 400 CFM WITH SASH HEIGHT AT IB

AND EXHAUST GRILLE EXHAUST AT 500 CFM.BALANCE SUPPLY AIR SYSTEM FOR INDICATED FLOW RATES.

O N

MECHANICAL PLAN- NEW/EXISTINGSCALE: J' - I'-D'

KA-

0NMECHANICAL PLAN- DEMOLITIONSCALE: 1' - I '-0 '

1LDTFS UL II EXISTING EXHAUST UUCKNURR TO REMAIN.NT) REMOVE SECTION OF EXHAUST DUCTWORK AS SNOWS

CAP REMAINING DOCTWORK IN PLACE.15 EXISTING ROOF MOUNTED EXHAUST AIR FAN TO REMAIN.

Aq EXISTING SUPPLY DUCTWORK TO REMAIN.0 REMOVE SECTION OE SUPPLY DUCTWORK AS SHOWN.(0 RELOCATE FUME HOOD. SEE NEW/EXSTWC PLAN FOR NEW POSITION

SFNFRAI OEM01'i ON NOTFS1. PERFORM PRE-TEST AND BALANCE OF EXHAUST SYSTEM BEFORE

DEMOLITION NOTING THE FLOW RATES ASSOCIATED WITH THE EXHAUSTGRILLES. AFTER COMPLETION OF INSTALLATION. BALANCE EXHAUSTSYSTEM TO THE INITIAL CI.OW RATES.

2. LEGALLY DISPOSE OF ALL MATERIALS AND EQUIPMENT AS DIRECTEDDY THE UNNER. COORCISATE SALVAGEABLE EQUIPMENT PTA THEOWNER.

I'1 11XISTNGG1.161 I1EXISTING

EXISTINGRE IURN

DUCTEXISTINGEXHAUST

VOTES.C-1QI PROVIDE 100 FULLY WELDED LIQUID TIGHT STAINLESS STEEL EXHAUST

DUCT TO WALL MOUNTED EXHAUST EAN EE-I.

PRONOE Bu* STAINLESS STEEL EXHAUST DUCT TO EXHAUST GRILLE[f WALL MOUNTED UTILITY EXHAUST FAN SEE DETAIL ON SHEET M-5^i PROVIDE FLANDERS FILTER HOUSING WTTH OVERALL

FLANGE HEIGHT OF 15'. OVERALL FROTH OF 20' AND 12' FRAME DEPTH.PROVIDE WITH ACTIVATED CARBON FILTER MEDIACAP EXHAUST DUCT WITH GALVANIZED STEEL SHEET METAL.

OQ EXISTING ROOF MOUNTED EXHAUST FAN.^i PROVIDE FIRE DAMPER.De PROVIDE 10'X6' TRANSFER DUCT WITH FIRE DAMPER.

I] PROVIDE NEW 14'X12' SUPPLY AIR DUCT.[] PROTOF NEW FAN TERMINAL UNIT

AROARCI:

AAM0010TIAIIt

IRM1-262-SEW

RE .

6-1B-IN

MECHANICAL

PLANS

1/4A = 1 . -0°

9t2T .

M-1

SUPPLYDUCT

14X12

II-020

cgHNO DATE Q2/20/AIA

SECURE SUPPORT TO WALL*101 DA ]'X6' LONG

HILTI-HYZOO EPOXYANCHOR 0 8'O.C

INSTALLED IN SOLOGROUTED CELL PER

MANUFACTURERS WRRTENNSTRUCT,GN ANDRECOMMENDATION

UL LABELED VERTICAL CURTAINTYPE FIRE DAMPER. ATTACH TOSLEEVE PER MANUFACTURER'SINSTRUCTIONS

NOTES

I. PROVIDE TYPE 316, 501 UR 302 STAINLESS STEEL FOR ALL METALCOMPONENTS OF EXHAUST FAN WALL SUPPORT.

DUCT

/} r

^-ACCESS DODRMAINTAIN EXPANSION -/

LRETAINING ANGLE - ONE OR BOTH SIDESCAP AS REQUIRED BY

RMANUFACTURER

f^-

OEPENUING ON UL LISTING. ATTACH TOREQUI ED) ER

FIRE RATED PARTITION-

SLEEVE (AND WALL

PMANUFACTURER'S INSTRUCTIONS

WALL MOUNTED UTILITY EXHAUST FANNTS

VOLUME DAMPER

NOTES:

VERTICAL FIRE DAMPERNTS

COMPLETED INSTALLATION SHALL COMPLY WITH THE LATEST EDITIONOF THE SWAM, EIRE, SMOKE AND RADIATION CAMPER INSTALLATIONGUIDE FOR HNAC SYSTEMS. AND MANUFACTURERS INSTALLATIONINSTRUCTIONS

FIRE DAMPERS SHALL COMPLY WITH UL 555

SUPPORT DUCTWORK FROM STRUCTURE SO WEIGHT GOES NOT RESTON SLEEVE

SUPPORT FROMSTRUCTURE AT6' INTERVALS

f^E%IAUST REGISTER

SEE PLAN FOR SIZE-,

\LIGHT STAINLESS STEEL DUCTFULLY WELDED LIQUID

SUPPORTINGNOTES:

CHANNEL

1. MANUFACTURER OF TERMNAL UNIT SHALL PROVIDE CONTROLSON LEFT OR RIGHT SIDE AS REQUIRED OY FIELD CONDRIONS.

2. ARRANGE ACCESS TO PERMIT EASY FIELD BALANCE AND LwN-TENANCE OF TERMINAL ANT

TYPICAL FTU INSTALLATION DETAILSCALE: NTS

FUME HOOD CONNECTION DETAILNTS

3. COORDINATE LOCATION OF VAV BOXES 1WTH LIGHTING FIXTURESTO ASSURE PROPER ACCESS.

SASH

DUCT TO FUMEFUME HOODEXHAUST FAN

A[WfMf

A 6-18-18

MECHANICALDETAILS

MAMBO T t

_Ts

I„ IS NIATIM

NTSLHLET H,a

N-5BRANCH DUCT TAKEOFFNTS

HARD DUCT/REGISTER DETAILNT5

(RECTANGULAR DUCT)

DUCT ELBOW DETAILNTS

Pm

YI+ATMA DA2 01/00/1011

d

HEATiNO CAPACITT UNIT ELECTRIC:4VILE' FAN MANUFACTURER/

TAG

SCRVES 5T51

CFM

ESP

HP- Zl: 512E ly ^

KW V/P11 STAGES V/PH MG MOP

MODEL

CAV-1 5UPPLY AMU

tl50 IV 0800 0.4

I/2 5 200/1

2

200/1 ]6

40 OR EQUAL

1 PROVIDE WITH STOPS

' TEGRAI 205/24v CONTROL VOLTAGE TRANSFORMER2 PROVIDE WITH MTH FUSED DISCONNEC T SWITCH & SAFETIES3. MAXIMUM NOISE CR1TERN LEVEL WEE NOT EXCEED NC-25.4. CONTROLLER AND ACTUATOR PROVIDED OV CONTROLS CONTRACTOR MOUNTED BY

VAR BOX MAJU'ACTUIICR5 PROVIDE REDUCER AT ROT INLET WNERE SUPPLY AIR BRANCH IS URGER

THAN BOX INLET.6. PROVIDE WITH BOTTOM ACCESS PANEL FOR VALVE AND ACTUATOR

REGISTER AND GRILLE SCHEDULEBDE NE MODEL

AR FLOWDESIGNNECKSIZE

15151n,I. PROVIDE NC 20 OR LOWER,2. PROVIDE WITH OPPOSED BLADE DAMPER

APRON. EM ET DRIVEN FAIT

5 BASIS OF DE11.R .4E411ECNCENTRIFUGAL UOL,TY Y/AL. MOANTEU

3 COMBINAHON NERD TR DISCCNINE:; ANDMOTOR STARTERODD CONTROL

`TC LEMUS TAIR SYSTEMEXHAUST AIR SYSTEM IS COMPOSED OE EXHAUST AIR DUCTWORK, ACTIVATED CARBON FILTERS. EXHAUST FAN, ASSOCIATED

APPURTENANCES ANO DEVICES UERCTED ON THE SUPPLY AR SYSTEM DIAGRAM SHOWN ABOVE

2

QQUOPIF n LRQQL'TIE RAS CONTROLLER SMALL ENERGIZE THE EXHAUST AIR FAN IN THE OCCUPIED MODE DIE EXHAUST FAN HAIL RUN CONTINUOUSLYTO EXHAUST ME LAB DURING THE OCCUPIED MODE

3

LJNOCCIIPIFD MODETHE THE BAS CONTROLLER STALL DE-ENERGIZE THE EXHAUST AIR FAY IN TILE OCCUPCO MODE

SYSTFM OVERR I DEUPON PUSHING NR SYSTEM OVERRIDE BUTTON, THE OCCUPIED MODE SEOVENCE WIll ENABLED FUR 3 HOURS.

5,

PROVIDE GRAPHIC 0.5PUY Al THE OPERATOR'S WORKSTATION TO INCLUDE THE POINTS LISTED IN TABLE.

TESTER DESCRIPTIONDIE SUPLY NR SYSTEM IS COMPOSED OF SUPPLY AIR DUCTWORK, METH 13 FLIERS. FAN TERMINAL. ASSOCIATED APPURTENANCESANO UEVICES DEPUTED ON THE SUPPLY AIR SYSTEM DIAGRAM SHOWN ABLTVE.

OCCUPIER MODETHE ETU CONTROLLER SHALL BE INDEXED TO THE OCCUPIED MODE BY THE HAS. ENERGIZE THE FAN. FEU CONTROLLER SHALLMODULATE DAMPER TO THE MAXIMUM POSITION TO PROVIDE SCHEDULED MAXIMUM AIR FLOW RATE. STAGE ELECTRIC HEATING COIL ASNECESSARY TO MAINTAIN ROOM TEMPERATURE SETPOINT Of 75' F. 21' F (ADJUSTABLE).

IINDCFIIPIFD MOOFDIE 8A5 SHALL INDEX RV CONTROLLER TO GO TO THE UNOCCUPIED MODE. THE CONTROLLER SHALL MODULATE DAMPER TO THECLOSED POSITION. FTU BOX IS INACTIVE UNLESS SPACE TEMPERATURE RISES ABOVE UNOCCUPIED COOUNC SETPOINT BO F, 3T' F(ADJUSTABLE) OR UNOCCUPIED HEATING SETPOINT 65' F. Al' F (ADJUSTABLE).

4.

$YSTFM OVERR•OFUPON PUSHING THE SYSTEM OVERRIDE BUTTON, THE OCCUPIED MODE SEQUENCE MILL ENABLED FOR 3 HDURS.

5.

PROVIDE GRAPHIC DISPLAY AT THE OPERATOR'S WORKSTATION THE FOLLOWING POINTS STALL BE DSPLAYEO WITH THEIR CURRENTVALUE OR STATE INDICATED:

A. SPACE TEMPERATURE (F)B. OCCUPIED SPACE COOUTIG SETPOINI (F)C. OCCUPIED SPACE HEATING SETPOINT (F)D. AIRFLOW (CFM)E. ELECTRIC HEAT OUTPUTS

SYSTEM POINT LIST

©o ono

""uwMOWR Iwl

c W

1111111 . illi

4 3' 'i^u.

nusiN..::^nuu:::nounuunnuun unao::na:MMM

NOTETHETHE

ION

CONTROLLER CONTROLS THE OPERATIONTHE SYSTEM POINT UST SNOWS THE POINTS ANDRU

TEMPOETU THE OF 24

IN

VOLT CONTROL POWER FOR ETUOPERATORVOLT

(FURNISHED

CONTROLSELECTRIC

10 BE OBTAwEO FROM 24

INFORMATION AS N RELATES TO THE OAS SYSTEM CONTRO L LEfl TRANSFORMER LOCATEDCONTROL CABINETHEATER

WITH TERMYAL UNIT)

4.RPT

AAMGPIPT14»4JLPIRIL FL .4

TDa 44I-742-sw.

m1^LTAKT:

A 6-IN-1B

U

SYMBOL

RC-I

1

TYPE

EXHAUSTGRILLE TIT VS 3SOZR 151 10 ADD CFM SEE RUN 2A.24

FACESIZE NOTES

SR-1 TITUSSUPPLY

REGISTER 131 RS 200 10 530 SEE PUN 2466 1.2

TAG AREASERVED

EF-1 CSI LAB

FANRPM

3155

FAN SCHEDULE

ESP(IN.)

2.5

HP

If 200/1

V/PH SORES

2B

WE CnT(LOS)

160 FJC-307-10-RI-15

MANUFACTURER/MODEL

NO.

SEEBELOW

NOTES

SUPPLY AIR SYSTEM SEQUENCES OF OPERATIONS AND CONTROLS

SYSTEM POINT LIST

TA

W

O DRL

MECHANICAL.

SCHEDULES/

SEQUENCES

1/4" = 1 1 -0"

9.1 hCt

EXHAUST AIR SYSTEM SEQUENCES OF OPERATIONS AND CONTROLS

vl-6

IT _RAM

HIMIRTP PAID P2/20/A14

.OGRAuS.

Ax RHKnJAG Au,

Nni-.'.' RA.

5

Y6

aid

GE_NE_R_A_LP_L__MBING NOTES:I ALL WORK SHALL BE IN ACCORDANCE WITTY THE CURRENT EDITION OE FLORIDA PLUMBING

CODE

2 THE CONTRACT DRAWINGS INDICATE THE GENERAL LOCATION OF PLUMBING PIPESFIELD VERITY ALL PIPE SIZES AND LOCATIONS PRIOR TO STARING WORK OROROERLNG MATERIALS

3- ALL DOMESIIG WATER SUPPLY PIPING SHALL BE (PVC PLASTIC PER AS1M U 2846.DOMESTIC. WASTE AND VENT(OWV) PIPING AND FITTINGS $1ALL BE (SIC PER 25114U 2665.

4 THE POTABLE WATER PORTION OF THE PLUMBING SYSTEM SHALL 8E DISINFECTEDUT( PLUMBING CONTRACTOR

5 PROV.OE LABOR, MATERIALS. TOOLS. EQUIPMENT AND DEVICES NECESSARY TO PROVDCM1 COMP LETE AND OPERATIONAL SYSTEM N ACCORDANCE WITH THE INTENT OE THI.CONTRACT DRAWINGS.

G INSTALL INDIVIDUAL STOPS(SHUT-OFE VALVES) AT FAC11 FIXTURE. EXPOSED 510PS SHALL BECI,ROME PLATED

% PROVIDE WATER HAMMER ARRESTORS LOCATED AND SIZED PCP STANDARD PDT-w11201ON All WATER TINES TO FIXTURES THE USE CF AIR CHAMBERS IS NOT PERMITTED

8. FIRE CAULK AND SLEEVE ALL PENETRATIONS THROUGH FIRE RATEDASSEMBLIES. PETER TO LIFE SAFETY PLANS FOR RATED ASSEMBLYLOCATIONS. REFER TO ARCHITECTURAL SHEET MIT DETAILS AND ULASSEMBLY NUMBERS

BARRIER FREE_ COMBINATION

EMERGENCY SHOWER / EYEWASH^EW)

PLUMBING FIXTURE SCHEDULE PLUMBING LEGENDMARK ]ESCRIPTION- ' CDNN 00

F1 DWREMARKS Y': L T = T=^ . MHtRW:RMII.P.l

FLOOR

MAKE: ZURNMODEL: ZURN Z-556PROVIDE BODY ASSEMBLY W/TYPE SH STRAINER CAST IRON DODY WITH BOTTOM

NIM'Ty WCO

FO-t ORaNOUTLET. COMBINATION INVERTIBLE MEMBRANE CLAMP AND ADJUSTABLE COLOR WITHSEEPAGE SLOTS. POLISHED NICKEL BRONZE LIGHT -DUTY STR A INE R A ND DEEP 0__

FCOAI

SEAL P-TRAP. PROVDE WITH TRA P PR I MER CO NNECTION . WATER wMMER ARRESTORH-. wx Wai HYDRANT

RISER DOWN (ELBOW)RS ER UP MOON)BRANCH - TOP CONNECDONBRANCH - BOTTOM CONNECTOR

COMBNATIONDRENCH

MAKE : BRADLEYMODEL: ST9-3TOLL

MARC. - SIDE ghNECTION

ENS STIOWER/ T

I/A - - 26 CPN PLASTIC SHOWERNEAD AND STAINLESS STEEL BOWL.

t^^A11 PLUMBING ABBREVIATICOFF

-- ABOVE FINISH FLOOR

DWG - DRAWINGPOC - POINT OF CONNECTION

SS

- SANITARY SEWER

VTR - VENT TO ROOFWH - WATER WLMMER ARRESTER

OFMOLIHON NOTES- PLUMBING=

pOi

REMOVE EXISTING UTILITY SINK AND RELATEDAPPURTENANCES.UP TO WALL- PIPING IN WALL ARE TO REMAIN.EXISTING rCW/HW PIPING TO REMAIN.

OFNFRAI 116001 ITION NOTES . PIU041001

FIELD VERIFY LOCATION AND NOES OF PIPES2. LEGALLY DISPOSE OF ALL MATERIAL AND

EQUIPMENT AS DIRECTED BY THE OWNERCOORDNATE SALVAGEABLE EQUIPMENTYATH THE OWNER

NCy(_ EAISTLNA%AN NQTE5: v10M&tl0

I OWNER PROVIDED SINK, SK-I2 PROMCE 1' CW/HW COLD WATER PIPES. 2' WASTE PIPE AND

2'VENT PIPE. CONNECT TO EXITING TO EXISTING PIPING3. PROVICE NEW FLOOR DRAIN. FD-1. SAW CV1 FLOOR AND

CONNECT FLOOR ORAIN TO EXISTING 2" WASTE PIPE IN WALL.4. PROVICE NEW COMBINATION EYE WASH AND SHOWER V

WITH MAINCOLD WATER PIPE IN MECHANICAL

M.

LI

NT.TEtl.

I ARCI^RIWV.

I &AlIEK' COfB.

.8110310711320

11.

tadUE TAO.

Q B-IS-IB

PLUMBING PLANSSCHEDULES &

DETAILS

1/4" = 1'-0"PItET

P-1

NS

TYPICAL FLOOR_ DRAINNIS

IT-056

PRE.IO DAR 0]/]0/1010

ADDENDUM #7BID # 20180150

Addendum Date: 07/11/18Bid Name: Crime Scene Lab Renovations

Please make the following changes/modifications to the subject bid:

NOTE: The bid opening date has changed to July 27, 2018 at 3:30 pm.

Instructions to Bidder:

Each bidder must acknowledge receipt of any addenda on the Bid Reply Sheet in order to have his/her bidproposal/bid to be accepted.

20170

Page 1 of 1

Addendum #

SITE VISIT ATTENDANCESEALED BID-20180150-HF

Crime Scene Laboratory RenovationsMay 24, 2018 @ 3:30 p.m.

Name

(Please PRINT legibly) Agency E-Mail AddressTelephone #

& FAX #

Hailey Fallon City of Port St. Lucie T 772-344-40681 [email protected]

F

2. Lisa Smith City

PSL PDof T [email protected]

F

3. T

F

4. T

F

5. T

F

6. T

F

7. T

F

1

SITE VISIT ATTENDANCESEALED BID-20180150-1-IF

Crime Scene Laboratory RenovationsJune 28, 2018 @ 9:00 a.m.

Name(Please PRINT legibly) Agency E-Mail Address

Telephone #

& FAX #

Hailer !Fallon City o/ Port Sr. Lucia - PMD [email protected] T 772-344-4068

F

JSI^^ pfJ^l hti ^Et^l- 1L.E . C

p • kKtittikEGoimcGLs^• nit T 1549100540F

3. 1

.,v S^rnesLT LWSYh 2',10 C2yari T

F

4. T

F

5. T

F

6. T

F

7. T

F