Loading...
BAYCARE BALL PARK STRUCTURAL REPAIRS - 25-0022-PR• • • Baycare Ball Park Structural Repairs 25 -0022 -PR CONTRACT DOCUMENTS & SPECIFICATIONS Prepared for BEAUTIFUL • BAY TO BEACH Contract Documents September/2025 • • • INVITATION TO BID 25 -00022 -PR BAYCARE BALL PARK STRUCTURAL REPAIRS INSTRUCTIONS TO BIDDERS 1. COPIES OF BIDDING DOCUMENTS 1.1. Bid Documents, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/178933.Bidding Documents may include, but are not limited to, plans, specifications, bond forms, contract form, affidavits, bid/proposal form, and addendums. 1.2. Complete sets of Bidding Documents must be used in preparing bids. Neither the City nor the Engineer shall be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, by Bidders, sub -bidders, or others. 2. QUALIFICATION OF BIDDERS 2. 1 Each prospective Bidder must pre -qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre -qualification may be obtained by contacting the City of Clearwater, Engineering Division by phone at (727) 562- 4750. Pre -qualification requirement information is also available on the City of Clearwater Website at address: www. myclearwater.com/government/city-departments/engineering/construction- management. Contractors wanting to pre -qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre -qualified by the City do not have to make reapplication. It is the Contractor's responsibility to confirm pre - qualification status before a Bid Opening. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1.It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer in writing of all conflicts, errors or discrepancies in the Contract Documents. 3.2.For the purposes of bidding or construction, bidder may rely upon the accuracy of the technical data contained in reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof. Drawings relating to physical conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in preparation of the Contract Documents, may be relied upon by Bidder for accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 3.3.Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site are based upon information and data furnished to the City and Engineer by owners of such Underground Facilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless expressly provided in the Contract Documents. 3.4.Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities, other physical conditions, possible conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. 3.5. Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.6. On request in advance, City will provide each Bidder access to the site to conduct such explorations and tests at Bidder's own expense as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations and tests. 3.7. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the City unless otherwise provided in the Contract Documents. 3.8. The submission of a Bid will constitute an unequivocal representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents by such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and furnishing of the work. 4. INTERPRETATIONS AND ADDENDA 4.1. All questions as to the meaning or intent of the Contract Documents are to be directed in writing to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such v. 7.2024 2 • • • • questions will be issued by Addenda, via OpenGov. Questions received after the time frame specified on the pre-bid meeting agenda, prior to the date for opening of Bids, may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect. 4.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. 5. BID SECURITY OR BID BOND 5.1. Each Bid must be accompanied by Bid Security made payable to the City of Clearwater in an amount equal to ten percent (10%) of the Bidder's maximum Bid price and in the form of a certified or cashier's check or a Proposal/Bid Bond (on form provided in Section V) issued by a surety meeting the requirements of the General Conditions. 5.2. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or fora period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid Opening. 5.3. The Bid Bond shall be issued in the favor of the City of Clearwater by a surety company qualified • to do business in, and having a registered agent in, the State of Florida. • 6. CONTRACT TIME 6.1. The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7. LIQUIDATED DAMAGES 7.1. Provisions for liquidated damages are set forth in the Contract Agreement, Section V. 8. SUBSTITUTE MATERIAL AND EQUIPMENT 8.1. The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9. SUBCONTRACTORS 9.1. If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50(Y0) of the Work except as may v. 7.2024 3 be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security to the City of any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2. No Contractor shall be required to employ any Subcontractor, supplier, person, or organization against whom he has reasonable objection. 10. BID/PROPOSAL FORM 10.1. The Bid/Proposal Form is included with the Contract Documents and shall be printed in ink or typewritten. All blanks on the Bid/Proposal Forms must be completed. Unit Prices shall be to no more than two decimal points in dollars and cents. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation's, alterations or erasures, the price for which they will perform the work as required by the Contract Documents. Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be less after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2. Bids by corporations shall be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3. Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4. All names shall be typed or printed below the signature. 11. SUBMISSION OF BIDS 11.1. It is recommended that bids are submitted electronically through the City's e -Procurement Portal located at https://procurement.opengov.com/portal/mvclearwater. By way of the e -Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. Sealed Bids not submitted electronically shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, v. 7.2024 4 • • • • • • attention Purchasing Manager. Bids will be received at the office indicated in the Advertisement until the time and date specified. Bids in any other form will not be accepted. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. 11.2. If submitting a hard copy, the sealed bid envelope shall contain, but not be limited to, the Proposal/Bid Bond and corresponding Power of Attorney, Affidavit, Non -Collusion Affidavit, Proposal (pages one and two), Addendum Sheet, Bidder's Proposal, Scrutinized Companies and Business Operations with Cuba and Syria Certification Form, and E -Verify form. 12. MODIFICATION AND WITHDRAWAL OF BIDS 12.1. For bids submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered bids, written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City's discretion. 13. REJECTION OF BIDS 13.1. To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any, and all Bids, and to waive any, and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14. DISQUALIFICATION OF BIDDER 14.1. Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non -Collusion Affidavit contained in the Contract Documents. 15. OPENING OF BIDS 15.1. Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16. LICENSES, PERMITS, ROYALTY FEES AND TAXES v. 7.2024 5 16.1. The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Clearwater building permit fees and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. 16.2. The Contractor shall assume all liability for the payment of royalty fees due to the use of any construction or operation process, which is protected by patent rights except as specifically stated otherwise in the Technical Specifications. The amount of royalty fee, if any, shall be stated by the Contractor. 16.3. The Contractor shall pay all applicable sales, consumer, use, and other taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and sales tax exemptions and complying with all requirements. 16.4. The City of Clearwater is exempt from state sales tax on materials purchased by the City and incorporated into the WORK. The City of Clearwater reserves the right to implement the Owner Direct Purchase (ODP) Option, as may be indicated in the Scope of Work Description in Section IV — Technical Specifications and as defined in Section III — General Conditions. 17. IDENTICAL TIE BIDSNENDOR DRUG FREE WORKPLACE 17.1. In accordance with the requirements of Section 287.087 Florida Statutes regarding a Vendor Drug Free Workplace, in the event of identical tie bids, preference shall be given to bidders with drug- free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none or all of the tied bidders have a drug-free workplace program. In order to have a drug- free workplace program, a contractor shall supply the City with a certificate containing the following six statements and the accompanying certification statement: (1)Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees as to the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under 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 working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, or of any controlled substance law, of the United States, or of any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. v. 7.2024 6 • • • • (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. • I certify that this firm does/does not (select only one) fully comply with the above requirements. 18. AWARD OF CONTRACT 18.1. Discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2. In evaluating the Bids, the City will consider the qualifications of the Bidders, whether the Bids comply or not with the prescribed requirements, unit prices, and other data as may be requested in the Bid/Proposal form. The City may consider the qualifications and experience of Subcontractors, suppliers and other persons and organizations proposed by the Contractor for the Work. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons, and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 18.3. If the Contract is to be awarded, it will be awarded to the lowest responsible, responsive Bidder whose evaluation by the City indicates to the City that the award will be in the best interest of the City. 18.4. Award of contract will be made for that combination of base bid and alternate bid items in the best interest of the City, however, unless otherwise specified all work awarded will be awarded to only one Contractor. 18.5. The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes, specifically to: A. Keep and maintain public records that ordinarily and necessarily would be required by the City of Clearwater in order to perform the service; B. Provide the public with access to public records on the same terms and conditions that the City of Clearwater would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and D. Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Clearwater. 19. BID PROTEST 19.1. RIGHT TO PROTEST: Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a • response to a competitive solicitation and was not selected may appeal the decision through v. 7.2024 7 the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City's additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. 20. TRENCH SAFETY ACT 20.1. The Bidder shall comply with the provisions of the City of Clearwater's Ordinance related to trench digging (Ordinance No. 7918-08) along with the Florida Trench Safety Act (Sections 553.60- 553.64, Florida Statutes) and the provisions of the Occupational Safety and Health Administration's (OSHA) excavation safety standards, 29 C.F.R.s 1926.650 Subparagraph P, or current revisions of these laws. 21. CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 21.1. The Bidder shall comply with the provisions of the Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) stormwater permit and implement stormwater pollution prevention plans (SWPPP's) or stormwater management programs (both using best management practices (BMPs) that effectively reduce or prevent the discharge of pollutants into receiving waters. A. The control of construction -related sediment loadings is critical to maintaining water quality. The implementation of proper erosion and sediment control practices during the construction stage can significantly reduce sediment loadings to surface waters. B. Prior to land disturbance, prepare and implement an approved erosion and sediment control plan or similar administrative document that contains erosion and sediment control provisions. NPDES Management Measures available at City of Clearwater Engineering Environmental Division and EPA websites to help address construction -related Best Management Practices. GENERAL CONDITIONS Section III - General Conditions can be found on the City's website at: https://www. myclearwater.com/Business-Development/Doina-Business-with-the-Citv/Engineering- Construction-Bid-Information/Contract-Specifications TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK Project Name: Baycare Ball Park Structural Repairs Project Number: 25 -00022 -PR Scope of Work: The project includes repair items from 2024 (not completed due to hurricane Milton) and 2025 as follows: I. 2024: Misc. Concrete Repairs, Various leaks, EJ joint Cover at Diamond Outfitters, Rusted Railing Posts, Replace Trench Covers, Batter's Eye Stairs Refinished, Re -painting of Rusted Railings, Replace v. 7.2024 8 • • • • Gate Sleeves, Replace Drain Boxes at SW Corner, Provide Drain Extensions at SW Corner, Alternates as noted herein. All as noted on the P&S dated 5/30/25. II. 2025: Phillies List of Repairs (2025) Addenda #2, items 1 thru 41 as shown on sheet SR -2. See Section IVA 3.2 Section IV - Technical Specifications Section IV - Technical Specifications can be found on the City's website at: https://www. mvclearwater.com/Business-Develooment/Doinq-Business-with-the-City/Engineerinq- Construction-Bid-Information/Contract-Specifications 3.3 Section V - Contract Documents Section V - Contract Documents can be found on the City's website at: https://www. myclearwater.com/Business-Develooment/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications SUPPLEMENTAL TECHNICAL SPECIFICATIONS - Section IVA 4.1 SUPPLEMENTAL TECHNICAL SPECIFICATIONS SCOPE OF WORK I. DESCRIPTION • The work shall consist of various types of repairs as follows: leaks and numerous items needing repair reported per Phillies List of Repairs (2024), Pennoni List of Repairs (2024), and Phillies List of Repairs (2025) as noted on the referenced drawings below, plus Alternates identified herein. • II. WORK PROCEDURE The work shall be in accordance with all applicable codes, and the referenced plans and specifications, as amended during the project. Note: The contractor shall coordinate and schedule the work as required to maintain the daily operation of the building with other contractors working at the site. Unless otherwise approved, the work schedule will be Monday through Friday between the hours of 7:30 a.m. and 5:30 p.m. Additional working hours may be requested and coordinated with the owner for nights and weekends. An event schedule will be provided at the pre-bid meeting however; it is subject to change for additional events. All work is to be completed between November 1, 2025 and February 1, 2026, prior to the Phillies Spring Training 2026. III. SUMMARY OF FIELD OBSERVATIONS (See "P", "PX", "PY", "PZ" Photos on Design Drawings) 1. Front Entrance / Diamond North of the Front Entrance A. There are a number of rusting railing post pockets that need to be addressed. B. Two locations where water is getting into the building at doors that are lower than the outside grade. (P63 / P64. Due to the existing grades of these locations, it may be difficult to repair.) C. Water is ponding at the sidewalk immediately adjacent to the stairs due to the sidewalk slopes into the stairs. (P65 due to the existing grade at this location, it may be difficult to repair.) v. 7.2024 9 D. Exposed rebar / concrete spall needs repair. (P62) 2.Main Concourse: A. A number of rusted railing post pockets were noted. (P30) B. Sealant joints need to be replaced at several locations. C. Numerous concrete spalls/cracks/ pitted deck areas were noted. (P14, P15, P19, P20, P21, P23, P25 — P29, P32 — P41, P45 — P47.) D. Also noted several additional leaks (see drawings for locations). E. Sean McCarthy Diamond Outfitters store. The expansion joint cover needs to be replaced at the west end. (P31) F. Three (3) Concession Stands (HOME PLATE, PIZZA STAND, RIGHT FIELD) (P23, P24, P42) G. Four (4) restrooms need to have their floors re -coated same as the Family restroom (Red textured surface) HOME PLATE, (MM/), RIGHT FIELD (MMI). (P8 — P10, P43, P44) H. Exterior railings are exhibiting rust at specific locations. (P16 — P18) I. Stairs behind the elevator needs to be repaired NIC. (P3, P4) J. Batter's Eye Stairs need the coating addressed. (P12, P13) 3. Outfield Walls and Walkway: A. Concrete repairs needed at several locations. Note: several locations are noted at sidewalk cracks (on -grade) which are not severe, and not recommended to be repaired. B. The earthen berm retaining wall is currently under construction. (See item IV.8 below C. This project should be complete before 11/1/25.. (See item IV.8 below) 4. Maintenance Ramp: A. Several cracks were observed in the concrete ramp on grade (cosmetic). B. EFIS damage noted at the ramp and other locations throughout the facility. (P48) 5. Third Level - Upper Deck/Suites: A. Concrete crack / leak at Big Shark area were noted and are in need of repair. (P1, P2) 6. Outside Concrete Stairs / Sidewalk at the South / West Side of the Stadium: A. Rusted railing post pockets were noted. B. Three (3) of the drain covers are posing a trip hazard and should be replaced. (P57, P58, P59) C. Existing drain SW corner of the stadium unaddressed in 2023 repairs. Needs to be addressed in 2024. (P60) D. Drain revision added after 2023 repairs. Needs to be addressed in 2024. (P61) E. Concrete cracks need to be repaired. (P49 — P52) 7. Lower Service Level: A. Leaks were reported by Sean McCarthy (Phillies) at several locations as noted on the drawings. (P53 — P56, P69, P75, P77, P78, P85, P86) B. Minor concrete spalls, concrete cracks are noted on the drawings at specific column locations. These areas will need to be sounded by the successful contractor to verify the extent of damage. (P66 — P68, P70 — P74, P76, P79, P80 — P84) C. Rusted wall brackets. (P87) 8. 2024 Repairs: v. 7.2024 10 • • A. The 2024 Repairs were not completed due to the hurricane damage the stadium experienced in the Fall of 2024 B. Refer to SR -2 for: PHILLIES LIST OF REPAIRS (2025) ADDENDA #2 that were added to the Scope of Work. • • IV. SCOPE OF REPAIRS 1. Contractor shall provide all barricades, shoring (to include design by a designated structural engineer), etc., as necessary to protect the structure and safety of visitors and workers at all times. 2. Contractor staging to be determined at the pre -construction meeting. 3. Demolition: A. Removal of concrete spall materials. B. Dust control. 4. Concrete and other repairs are as noted on the drawings and as specified herein. Note: The extent of damage is unknown and will therefore be subject to the contractor's survey under Item #9d below (See SOV for a list of all repairs required). 5. Concrete repairs shall be as directed by the engineer, per the enclosed specifications, and the applicable unit prices. 6. Painting is limited to painting of EFIS repairs, rusting rails, rusted brackets OH doors at the bottom of the frames, re -paint door at PZ38, and misc. touchup to match existing. 7. Protection of all horizontal and vertical surfaces adjacent to the work that are not subject to repair. 8. Pre -construction meeting prior to award of contract (exact date to be determined). At this meeting the contractor will provide the following: A. Schedule of Values to be utilized for progress payments. B. Detailed progress schedule. C. Material submittals. D. Discussion of project closeout procedures. E. Owner to provide updated events schedule. F. Owner to provide electric and water. G. Contractor to provide employee sanitation (shall not use public restrooms). H. Paint cleaning procedures. Contractor must provide his own paint cleaning containment on-site. No paint cleaning can be flushed down sanitary, or storm sewer systems or landscape areas. No dumping on-site property. Violations will be subject to fines by the City or Pinellas County EPA. I. The schedule is to be discussed at project meetings as follows: i. Work completed the past two (2) weeks. ii. Work scheduled next two (2) weeks. iii. Issues of concern. (Questions and answers.) iv. Updated schedule. v. Draft pay request and submission of invoice. 9. Quality Assurance:, A. The contractor's field superintendent is to review the project documents in total, and subsequently meet with the engineer prior to starting the work to address any questions relevant to the project requirements. v. 7.2024 11 B. Contractor is to prepare mockups of all specified repair procedures for the engineer's review prior to proceeding with the work. C. Contractor will also provide a pachometer, multi -meter, and an adequate supply of phenophtalein for the superintendent's use during the project. D. Note: Contractor is to inspect and sound, all suspected damaged concrete prior to starting repairs. Subsequently, the contractor will provide a written report to the engineer on the extent of the concrete and other repairs required, to include estimated quantities and cost projections based on the contract Schedule of Values. E. Owner will provide a Clerk -of -the -Works for coordination of daily activities within the facility, and confirmation of unit price quantities, along with other duties as required by the owner. F. The contractor's superintendent will be required to maintain a daily log on-site identifying the number of workers, work activity, change in weather conditions, etc. (Include a copy with closeout documents.) G. The paint manufacturer will be available to provide technical assistance, upon request. H. The contractor shall provide wheel load information regarding the lift capacities that they may want to put on the concourse deck. Pennoni to evaluate and advise. I. Contractor will provide deck protection at the concourse level wherever a lift is going to be used. J. If contractor is required to remove the fence at the bottom of the ramp for lift access, he shall subsequently re -install the fence to the owner's satisfaction. 10. Other items as specified herein (or shown on the drawings). 11. Other repairs may be required as part of this project that are not yet known. This will be as directed by the owner (or) engineer. The additional cost on this work shall be in accordance with the contract. 12. Items excluded in base bid: A. Any electrical work. B. Asbestos survey (by owner). C. Work items specifically identified as "by owner". V.ALTERNATES: (As identified herein) SECTION IV - A (SUBSECTION 0001) ADDITIONAL INSTRUCTIONS TO BIDDERS (ALSO SEE OWNER'S SECTION 11) 1. DOCUMENTS Plans and specifications are as noted herein. 2.TYPE OF PROPOSALS REQUESTED Proposals shall be submitted on bidder letterhead, in the format identified herein. 3.TIME AND PLACE For proposal refer to Section I and Contract Section IV. (The City of Clearwater will provide these sections.) 4. CONTRACTS The successful contractor will be expected to execute a contract for the scope of work identified herein using an AIA A104 (2017) Abbreviated Form of Agreement between Owner and Contractor, or as noted in the invitation for bid. 5. STATE AND LOCAL LAWS Bidders shall comply with all federal laws and acts, those of the State of Florida, and all local and county ordinances. 6. INTERPRETATION OF DOCUMENTS v. 7.2024 12 • • • • The owner or owner's agent will not be responsible for any oral interpretation of the meaning of the plans, specifications, or other pre-bid documents to any bidder or supplier. 7. CHANGES AND SUBSTITUTIONS Items herein specified under manufacturer's names and catalog numbers are intended as a basis of quality and not as a closed specification unless otherwise noted. Voluntary alternates are welcome but must be identified separately in the bidder's proposal. 8. MODIFICATIONS - WITHDRAWAL OF BID Proposals may only be modified up to the time of bid after which bidder's proposal shall stand for thirty (30) days. 9. SALES AND USE TAX Each bidder shall include in his proposal all sales and use taxes on the work covered by his contract. 10. SUBMITTALS - TO BE PROVIDED AT THE PRE -CONSTRUCTION MEETING The Contractor shall prepare and submit in a timely manner, all shop drawings via email (or other submittals) as may be necessary to describe completely the details of construction of the work. Approval of such submittals by the Engineer shall not relieve the contractor of its obligation to perform work in strict accordance with plans, specifications, and other contract documents, nor of its responsibility for the proper matching and fitting of the work. (Log to be maintained by the contractor and included with each submittal.) 11. OWNER REQUIRED DOCUMENTS Contractor agrees to furnish any waiver, warranties, guarantees, affidavits, or other documents required by the Owner within ten (10) days of notification. If such documents are not furnished within such period, the owner may withhold payments currently owed until such time as the documents are received. Contractor to provide three (3) hard copies plus three (3) electronic copies of all closeout documents. (Thumb drive.) 12. LAYOUT The contractor is responsible for its own field engineering, and/or layout. 13. PROTECTION OF WORK The contractor shall provide and maintain at all times sufficient protection of all work material, and equipment from damage or loss of theft, vandalism, and mischief and shall protect the Owner's and adjoining properties from any and all injury arising in connection with the performance of said work. Contractor shall make good any damage or injury occurring without any expense whatsoever to the Owner. 14. GUARANTEE A written two (2) year guarantee from final acceptance (unless otherwise stated in the specifications) is required upon completion of the project. Receipt of this guarantee is required prior to final payment. 15. AS -BUILT DRAWINGS A final set of as -built drawings are required upon completion of the project, to include three (3) hard copies in three ring binders, plus three (3) electronic files turned over to the owner at project closeout. Receipt of these materials is required prior to processing the contractor's final payment. 16. PERMITS There is no requirement for a permit since the scope of work is all maintenance per the City. 17. INSURANCE - See General Requirements from the City of Clearwater Note: The contractor's general liability insurance policies shall include the owner and engineer as additional insured, and so noted on the insurance certificate. 18. BONDS The Owner requires a 100% performance and payment bond, only if the contract is greater than $150,000. Contractor shall record the surety bond at the Pinellas County Courthouse, with the original being submitted to the owner prior to commencement of work. Final payment is subject to receipt of "consent" of surety, upon completion of the work. An affidavit from the surety bond company will be required before processing final payment. 19.PRE-BID MEETING: The contractor(s) shall visit the site, confirm the existing conditions, and attend the Pre -Bid meeting prior to submitting their proposals. The pre-bid meeting to be per Section 20. NOTICE OF COMMENCEMENT v. 7.2024 13 The contractor shall post a "Notice of Commencement" as provided by F.S. 713.13. 21. COVID 19 REQUIREMENTS — N/A 22. PRE -CONSTRUCTION CONFERENCE The successful contractor shall meet with the owner and engineer prior to starting the work to review the scope, submittal requirements, staging areas, sequence of work, unit price quantity worksheets, project schedule, contractor access and job conditions, etc. Refer to Subsection 0000, paragraph 111.8. 23. PROJECT CONSTRUCTION MEETING During construction the engineer (or) owner's representative may conduct regular project "progress" meetings (every two weeks, day and time to be determined at the pre -construction meeting) which will require the attendance of the contractor's project manager and superintendent. These meetings will be held as required by the engineer (or) owner's representative. The engineer (or) owner's representative will issue meeting minutes after each meeting with regards to project status and outstanding issues. Refer to Subsection 0000, paragraph 111.8. 24. PROJECT SCHEDULE The contractor shall provide a project work schedule in sufficient detail prior to the Pre -Construction meeting. Appropriate updates of the schedule are required at each progress meeting. 25. ALLOWANCES The contractor shall include in the Contract Sum all allowances stated in the Contract Documents. Unless otherwise provided in the Contract Documents: A. Allowances shall cover the cost to the Contractor of materials and equipment delivered at the site and all required taxes, less applicable trade discounts; B. Contractor's costs for unloading and handling at the site, labor, installation costs, overhead, profit and other expenses contemplated for stated allowance amounts shall be included in the Contract Sum but not in the allowances unless otherwise noted. C. Labor and Material (L&M) allowances shall include all labor, material, equipment, taxes, etc., plus the contractors OH&P per the Schedule of Values. D. Whenever costs are more than or less than allowances, the Contract Sum shall be adjusted accordingly by Change Order. The amount of the Change Order shall reflect the difference between actual costs and the allowances. Materials and equipment under an allowance shall be selected by the Owner in sufficient time to avoid delay in the work. 26. CONTRACTOR'S TEMPORARY FACILITIES Contractor's temporary offices, staging areas, and parking locations shall be in areas designated by the owner. The owner shall provide parking in the south parking lot for the contractor. A. The contractor shall provide telephone access to the project superintendent on-site for the length of the project. B. Owner to provide sources for electricity and water. Contractor to provide all service from those points. C. contractor shall be able to use the owner's restrooms, as designated by the City. Note: The contractor shall maintain the restrooms (assigned to the contractor) during construction. D. Contractor to provide all paint cleanup containment. 27. SUPERVISION The contractor shall provide a superintendent experienced in construction and waterproofing for the duration of the project. 28. PROGRESS PAYMENTS The contractor shall submit progress payment applications at the end of each month based on AIA G702/G703, with a cost breakdown acceptable to the owner. Subject to review of the application by the owner's representative, payment shall be made (less 5% retainage) within thirty (30) days. Final payment, to include monthly retainage hold backs, is payable in accordance with the terms of the contract. Note: Contractor to prepare and submit with each invoice all necessary worksheets signed by the owner's agent that supports payment for unit price quantities at progress meetings. (Advance deposits will not be approved unless specifically authorized by the owner in advance.) 29. PROCEDURES FOR PAYMENT APPLICATIONS - Provided at progress meetings v. 7.2024 14 • • • • • • A. Prepare Payment Application for each billing period identified in the contract on A1A forms (G702 and G703), or on forms approved by the engineer. B. Payment Application breakdown shall be in accordance with the CONTRACT Schedule of Values approved by the engineer. C. Contractor shall submit a "draft" copy of the Payment Application for the engineer's review and comments. D. Contractor shall revise and resubmit the Payment Application in sufficient copies necessary for the project requirements. E. Each Payment Application shall include: 1. Contractor's signature with notary seal. 2. Date of Application. 3. Time period of Application. 4. Number each sheet. 5. The contract start date. 6. The contract "name" of the project. 7. List only change orders that have been approved. 8.This item has been left intentionally blank. 9. This item has been left intentionally blank. 10. A copy of the unit price quantity summary for the subject pay period identifying the total quantities for each of the unit price line items, with the project superintendent and owner representative's signature. (See Exhibit 3.) 11. Surety affidavit for final payment is required. 12. A 5% retainage may be requested upon Building Permit closeout, Certification of Completion from the City of Clearwater Building Department, and preliminary walk through with owner has been conducted. 13. The remaining 5% retainage and all money due to the contractor shall be paid upon completion of the following: F. Final walk through with engineer and owner. G. Submittal of closeout documents to include "As -Built" drawings has been tumed over the owner, to include three (3) hard copies in three ring binders, plus three (3) electronic copies. (Thumb drive) 30. CHANGES IN THE WORK When the owner authorizes changes in the work, the contractor shall prepare a cost breakdown acceptable to the engineer (and/or) owner based on the terms of the contract. Upon approval of the cost, the contractor shall prepare a change order to the contract using AIA Form G701. 31. PROJECT CLOSEOUT Upon completion of the project, the contractor will provide the owner with all documentation required by the contract, plans, and specifications. (Refer to Exhibit 3 for checklist.) (SECTION IV - A) (SUBSECTION 0002) GENERAL CONDITIONS The AIA A107 General Conditions (2007) shall be applicable, except as amended by Instructions to Bidders (Section 0001). See also owner's general conditions in Sections II and III. SECTION IV - A SUBSECTION 0003 BAYCARE BALLPARK STRUCTURAL REPAIRS (2024/2025) PENNON! PROJECT NO. CLWRC25002 CITY OF CLEARWATER PURCHASE ORDER NO. 25000849 (SCHEDULE OF VALUES) BAYCARE BALLPARK v. 7.2024 15 2024 / 2025 STRUCTURAL REPAIRS SCHEDULE OF VALUES ADDENDA #1 / #2 See Pricing Schedule Note: (*) Contingency requires owner approval for unknown cost items before proceeding. A. Lump sum (LS) quantities are for information only. Contractor to verify all LS quantities. B. Allowance (**) labor and materials to be billed on a T&M basis. C. Any contingency funds remaining shall be returned to the Owner upon close out of purchase order. D. Photos are noted by P#'s. Details are noted by Detail #'s. E. Concrete pay quantities to be a minimum of 1/4 CF per repair location. F. Surface spalls pay quantities to be a maximum of one (1) SF. CONSTRUCTION SCHEDULE A. Contractor agrees to commence work within 7 calendar days from the execution of the contract, notice to proceed, and permit is available. B. Contractor further agrees to complete the work within 90 calendar days execution of the contract, notice to proceed, and receipt of the permit. NOTE: See J. McKiney (SIKA) email report dated 07/11/24 enclosed as Exhibit 4 referencing concrete deck condition in the concession stands. SECTION IV - A (SUBSECTION 0004) BAYCARE BALLPARK STRUCTURAL REPAIRS (2024/2025) CITY OF CLEARWATER PURCHASE ORDER NO. 25000849 (PROJECT SPECIFICATIONS) BAYCARE BALLPARK 2024/2025 STRUCTURAL REPAIRS PROJECT SPECIFICATIONS 1.DESCRIPTION OF WORK A.SCOPE v. 7.2024 16 • • • • • • i. THE WORK REQUIRED HEREIN CONSISTS OF ALL COMPONENTS AND RELATED ACCESSORIES REQUIRED TO COMPLETE THE WORK AS LOCATED AND DETAILED ON THE DRAWINGS AND SPECIFIED HEREIN. CONTRACTOR WILL HAVE A FULL SIZE SET OF DRAWINGS (IN COLOR) AT ALL TIMES DURING THE COURSE OF CONSTRUCTION. ii. EXISTING BUILDING: ALL INFORMATION ON THE EXISTING BUILDING SHOWN ON THESE PLANS IS OBTAINED FROM THE BEST AVAILABLE SOURCES, BUT EXISTING INFORMATION DOES NOT NECESSARILY REFLECT AS -BUILT CONSTRUCTION. THE CONTRACTOR SHALL VERIFY ALL INFORMATION SHOWN ON THESE PLANS AND NOTIFY THE ENGINEER OF ANY VARIATION. THE CONTRACTOR SHALL VERIFY ALL EXISTING DIMENSIONS AND CONDITIONS BEFORE FABRICATING MATERIALS, AND INSTALLATION THEREOF. B. SPECIAL CONDITIONS i. ALL COSTS RELATING TO TEMPORARY STORAGE AND PROTECTION SHALL BE BORNE BY THE CONTRACTOR. THE CONTRACTOR SHALL RETAIN FULL RESPONSIBILITY FOR ANY DAMAGE OR DETERIORATION CAUSED TO SURROUNDING SURFACES. ii UPON COMPLETION OF THE WORK, THE CONTRACTOR SHALL REMOVE HIS TEMPORARY STRUCTURES AND SHEDS AND REMOVE ALL DEBRIS AND RUBBISH AND PLACE THE AREA IN A CLEAN AND ORDERLY CONDITION. iii. TEMPORARY TOILET FACILITIES WILL BE PROVIDED BY THE CONTRACTOR, AND SHALL NOT USE THE OWNER'S FACILITIES. iv. THE OWNER SHALL FURNISH TEMPORARY WATER AND ELECTRICAL SUPPLY POINTS ON THE SITE, WHERE AVAILABLE. THE CONTRACTOR SHALL PROVIDE THE MEANS TO DELIVER THE WATER/ELECTRICAL TO HIS CONSTRUCTION AREA. v. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE NECESSARY CLEANING AND REPAIRING OF ADJACENT AREAS RESULTING FROM SAID CONTRACTOR'S OPERATIONS. vi. ALL WORK RELATING TO THE DISRUPTION OF EXISTING SERVICES SHALL BE COORDINATED WITH THE OWNER. vii. ALL PROTECTION AND SAFETY DEVICES TO INCLUDE TEMPORARY SAFETY RAILS SHALL BE PROVIDED BY THE CONTRACTOR AS IT RELATES TO THE SAFE CONDUCT OF HIS WORK IN ACCORDANCE WITH ALL LOCAL, STATE, AND FEDERAL REGULATIONS. viii. ALL APPROVED COLOR DRAW DOWNS, MATERIAL SUBMITTALS AND SHOP DRAWINGS ARE REQUIRED UPON COMPLETION OF PROJECT CLOSEOUT. ix.THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL FIELD MEASUREMENTS PRIOR TO FABRICATION OF MATERIALS. x. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ALL BLOCKING NECESSARY FOR THE INSTALLATION OF HIS WORK. xi. THE CONTRACTOR SHALL: CLEAN UP ALL WASTE MATERIALS, RUBBISH, AND DEBRIS RESULTING FROM CONSTRUCTION OPERATIONS AT SUCH FREQUENCIES AND LOCATIONS AS REQUIRED. - REPAIR, PATCH, AND TOUCH-UP MARRED SURFACES TO MATCH ADJACENT FINISHES DAMAGED BY HIS OWN OPERATIONS. - REMOVE FROM THE SITE ALL WASTE MATERIALS, RUBBISH, AND DEBRIS ON A DAILY BASIS. - OWNER TO PROVIDE ROLL OFF DISPOSAL CONTAINERS. xii. CONSTRUCTION PERSONNEL SHALL CONFINE THEIR ACTIVITIES TO THE DESIGNATED CONSTRUCTION AREAS AND THE ACCESS THERETO. v. 7.2024 17 xiii. ELEVATOR USE: DO NOT USE ELEVATORS. xiv. CONTRACTOR TO PROVIDE PAINT CLEANUP CONTAINMENT SYSTEMS. xv. COORDINATE WORK ACTIVITIES WITH EVENTS SCHEDULED AND SHALL NOT DISRUPT SPECTRUM FIELD ACTIVITIES AT ANY TIME. SPECTRUM FIELD SHALL BE OPEN DURING CONSTRUCTION AND CONTRACTOR SHALL COORDINATE HIS ACTIVITY WITH MINIMAL OR NO DISRUPTION OF BHF ACTIVITIES. SEE CURRENT ACTIVITY SCHEDULE WHICH IS SUBJECT TO CHANGE. C. GENERAL CONDITIONS i. THE AIA A104 GENERAL CONDITIONS (2017) SHALL BE APPLICABLE, EXCEPT AS AMENDED HEREIN. ii. PROVIDE WARRANTIES AS DEFINED IN THE CONTRACT. D. MISCELLANEOUS CRITERIA i. REFER TO ICRI GUIDELINE #120.1(2009) REGARDING GUIDELINES AND RECOMMENDATIONS FOR SAFETY IN THE CONCRETE REPAIR INDUSTRY. ii. CONTRACTOR IS RESPONSIBLE FOR MEANS AND METHODS OF CONSTRUCTION TO ENSURE THE SAFETY OF THE PROJECT UNTIL THE WORK IS COMPLETED. THIS INCLUDES, BUT IS NOT LIMITED TO, THE ADDITION OF WHATEVER TEMPORARY BRACING, SHORING, GUYS, OR TIE - DOWNS THAT MAY BE NECESSARY. SUCH MATERIAL SHALL BE REMOVED AND SHALL REMAIN THE PROPERTY OF THE CONTRACTOR AFTER COMPLETION OF THE PROJECT. NOTE: TEMPORARY SHORING SHALL BE DESIGNED BY A STRUCTURAL ENGINEER REGISTERED IN FLORIDA, EMPLOYED BY THE CONTRACTOR. iii. APPLICABLE BUILDING CODES: 2023 FLORIDA BUILDING CODE, WITH CURRENT AMENDMENTS. iv. COORDINATE ALL DIMENSIONS AND ELEVATIONS WITH THE EXISTING CONDITIONS. v. CONTACT ENGINEER WITH ANY QUESTIONS OR DISCREPANCIES FOUND ON DRAWINGS. vi. SUBMIT SHOP DRAWINGS AND/OR PRODUCT DATA FOR REVIEW BY THE ENGINEER ON ALL COMPONENTS AND PRODUCTS SPECIFIED FOR THE PROJECT. CONTRACTOR IS TO SPECIFICALLY IDENTIFY WHERE SUBMITTED REPAIR PRODUCTS ARE TO BE USED. ALLOW ONE WEEK REVIEW TIME AFTER RECEIPT OF SUBMITTALS BY THE ENGINEER. ALL SUBMITTALS SHALL BE CHECKED AND SIGNED BY THE GENERAL CONTRACTOR. vii. RESTORE ALL DISTURBED AREAS TO THEIR ORIGINAL CONDITION. E. A FINAL SET OF AS -BUILT DRAWINGS IS REQUIRED UPON COMPLETION OF THE PROJECT. DESIGN CRITERIA i. LIVE LOADS a. ELEVATED CONCOURSE LEVEL - 100 PSF (ORIGINAL DESIGN) ii. WIND LOADS a.145 MPH, RISK CATEGORY II, EXPOSURE "C") II. DEMOLITION AND REMOVAL A. REMOVE ALL ITEMS NOTED ON THE DRAWINGS, OR AS REQUIRED, TO MAKE THE SPECIFIED REPAIRS. B. ALL DEMOLISHED MATERIALS TO BE REMOVED FROM THE SITE AND DEPOSITED AT A REGULATED DUMP SITE. OWNER TO PROVIDE CITY SOLID WASTE ROLL OFF CONTAINERS. NO EPA REGULATED MATERIALS SHALL BE PLACED IN ROLL OFF CONTAINERS. PLEASE NOTE: PHONE NUMBER IS ON THE SIDE OF THE CONTAINER FOR PULLS AND BROUGHT BACKS. CONTAINERS HAVE CONTRACT NUMBERS THAT SHALL BE USED FOR PULLS. C. PROVIDE ALL SHORING NECESSARY TO PROTECT THE STRUCTURE DURING THE DEMOLITION PROCESS, AND UNTIL THE WORK IS COMPLETED. v. 7.2024 18 • • • • • • D. MAINTAIN THE BUILDING IN A WATERTIGHT CONDITION WHEN SUBJECT TO INCLEMENT WEATHER. E. DUST CONTROL: 1.. CONTRACTOR TO TAKE ALL NECESSARY PRECAUTIONS TO LIMIT DUST DURING THE COURSE OF THE PROJECT. (CLEAN UP AS NECESSARY.) 2. CONTRACTOR TO PROTECT ELEVATORS FROM EXCESSIVE DUST AT ALL TIMES. III.A. CONCRETE REPAIRS A. DESCRIPTION 1. WORK INCLUDED: PROVIDE CONCRETE REPAIRS INCLUDING FORMWORK AS SPECIFIED HEREIN, AND AS NEEDED FOR A COMPLETE AND PROPER INSTALLATION. 2. DAMAGED REINFORCING STEEL SHALL BE CLEANED AND COATED AS SPECIFIED BELOW OR REPLACED (WITH SAME SIZE BAR AND SPLICES) AS DIRECTED BY THE ENGINEER. B. QUALITY ASSURANCE 1. USE ADEQUATE NUMBERS OF SKILLED WORKMEN WHO ARE THOROUGHLY TRAINED AND EXPERIENCED IN THE NECESSARY CRAFTS AND WHO ARE COMPLETELY FAMILIAR WITH THE SPECIFIED REQUIREMENTS AND THE METHODS NEEDED FOR PROPER PERFORMANCE OF THE WORK OF THIS SECTION. 2. COMPLY WITH "SPECIFICATIONS FOR STRUCTURAL CONCRETE FOR BUILDINGS " ACI 301, AND "CONCRETE REPAIR GUIDE" ACI 546R, EXCEPT AS MODIFIED HEREIN. 3. INSTALL ALL PRODUCTS IN STRICT ACCORDANCE WITH MANUFACTURER'S REQUIREMENTS. 4. SUBMIT PRODUCT DATA SHEETS ON ALL CONCRETE REPAIR PRODUCTS TO BE USED, TO INCLUDE APPLICATION LOCATIONS AND MANUFACTURER'S CERTIFICATE OF APPLICATION. SUBMIT BY EMAIL (PROIVDE FOUR SETS IN A THREE-RING BINDERAT THE END OF THE PROJECT) 5. CONTRACTOR TO PROVIDE MOCK-UP OF THE TYPICAL REPAIR FOR ENGINEER REVIEW BEFORE PROCEEDING WITH THE WORK. C. SOUNDING AND SAW CUTTING 1. SOUND CONCRETE SURFACES TO VERIFY THE EXTENT OF THE AREA TO BE REPAIRED IN ACCORDANCE WITH THE PROCEDURES SPECIFIED HEREIN. CONTRACTOR TO HAVE AVAILABLE (ON-SITE) A PACHOMETER TO LOCATE REINFORCING STEEL IN THE CONCRETE. 2. SAW CUT AROUND THE AREA OF DETERIORATION TO A MINIMUM DEPTH OF 3/4 INCH. DO NOT CUT EMBEDDED REINFORCING UNLESS DIRECTED BY THE ENGINEER. 3. WHERE POSSIBLE, THE CONCRETE AREAS REMOVED SHALL BE RECTANGULAR IN SHAPE. D. CONCRETE REMOVAL 1. REMOVE ALL DELAMINATED, UNSOUND, OR OTHERWISE UNSUITABLE CONCRETE. 2. IF THE DETERIORATION OCCURS OVER REINFORCING BARS, REMOVE ALL OF THE CONCRETE AROUND EACH BAR TO ALLOW A MINIMUM OF 3/4 INCH ALL AROUND THE BAR WITH THE EXCEPTION OF VERTICAL COLUMN BARS. DO NOT REMOVE CONCRETE BEHIND VERTICAL COLUMN BARS (TOWARD THE CENTER OF THE COLUMN) UNLESS DIRECTED TO DO SO BY THE ENGINEER. DO NOT CUT ANY REINFORCING BARS WITHOUT THE APPROVAL OF THE ENGINEER. SEE ICRI GUIDELINE #310.1R (2008). 3. AVOID FRACTURING OF THE AGGREGATE AT THE SURFACE OF THE EXCAVATION. SOME "SOUND" CONCRETE MAY HAVE TO BE REMOVED TO ADEQUATELY EXPOSE AND CLEAN THE REINFORCING FOR ITS FULL LENGTH. 4. MAXIMUM CARE IS TO BE TAKEN TO NOT DAMAGE ADJACENT CONCRETE THAT IS TO REMAIN. v. 7.2024 19 5. AVOID DAMAGING THE BOND OF THE BARS THAT EXTEND INTO THE ADJACENT EXISTING CONCRETE BY MINIMIZING VIBRATION OF THOSE BARS DURING THE CONCRETE REMOVAL PROCESS. 6. CONTRACTOR TO PROVIDE PLYWOOD COVERS OVER EXCAVATED AREAS AT ALL WALK AREAS UNTIL REPAIRS ARE COMPLETE. COVERS ARE TO BE SECURED TO THE DECK SURFACE, AND APPROPRIATELY MARKED PER SAFETY REQUIREMENTS. E. FORMS 1. DESIGN, ERECT, SUPPORT, BRACE, AND MAINTAIN FORMWORK SO IT WILL SAFELY SUPPORT VERTICAL AND LATERAL LOADS WHICH MIGHT BE APPLIED UNTIL SUCH LOADS CAN BE SUPPORTED SAFELY BY THE REPAIRED CONCRETE STRUCTURE. 2. CONSTRUCT FORMS TO THE EXACT SIZES SHAPES, LINES, AND DIMENSIONS SHOWN, AND AS REQUIRED TO OBTAIN ACCURATE ALIGNMENT, LOCATION, GRADES, AND LEVEL AND PLUMB WORK IN THE FINISHED STRUCTURE. F. REINFORCING STEEL (WHERE REPLACEMENT REQUIRED) 1. PROVIDE REPLACEMENT REINFORCING STEEL AS DIRECTED BY THE ENGINEER WITH ASTM A615, GRADE 60 REINFORCING BARS. 2. PROVIDE MECHANICAL REBAR SPLICES BY BAR SPLICE PRODUCTS, INC. (OR EQUAL) AS DIRECTED BY THE ENGINEER; (OR WELD WITH FULL BUTT OR VEE WELD PER AWS D1.4 (PREHEAT) WITH E60XX OR E70XX LOW HYDROGEN ELECTRODES. CONTRACTOR TO PROVIDE WELDER CERTIFICATION BEFORE PROCEEDING WITH THE WORK. 3. GENERAL GUIDELINES: REPLACE OR SUPPLEMENT ANY EXISTING REINFORCING BARS WITH A LOSS OF AREA IN EXCESS OF 15% WITH NEW REINFORCING BARS. LAP IN ACCORDANCE WITH ACI REQUIREMENTS, BUT NLT 30", UNLESS OTHERWISE DIRECTED BY THE ENGINEER. INCREASE LAPS AS REQUIRED FOR EPDXY COATED BARS. BARS WITH AN ABSENCE OF DEFORMATIONS ARE CONSIDERED DEFICIENT. ANY REINFORCING THAT IN THE ENGINEER'S JUDGEMENT IS INADEQUATE DUE TO DETERIORATION, DAMAGED DURING THE REPAIR PROCESS, OR IS INADEQUATE FOR ANY OTHER REASON SHALL BE REPLACED. INSTALL ALL OTHER REINFORCING AS SHOWN ON THE DETAILS. 4. RE -TIE ALL EXPOSED BARS TO EXPOSED CROSSING BARS. (100%) 5. RE -TIE ALL EXPOSED BARS TO IMBEDDED CROSSING BARS - (30%) - UNLESS OTHERWISE DIRECTED BY ENGINEER. G. SURFACE PREPARATION 1. PREPARE CONCRETE AND REINFORCING STEEL SURFACES IN ACCORDANCE WITH THE MANUFACTURERS REQUIREMENTS, AND ICRI GUIDELINE NO. 310.1R (2008). 2. WIRE BRUSH OR MECHANICALLY CHIP SUBJECT AREAS OF ALL LOOSE MATERIALS. 3. CLEAN AREA OF ALL DUST, LATENCE, OR OTHER SURFACE CONTAMINANTS. 4. ALL EXPOSED STEEL REINFORCEMENT (IF ANY) MUST BE CLEANED (BY WIRE WHEEL) AND EXPOSED 100% OF ITS CIRCUMFERENCE (U.O.N.). ONCE CLEANED, AND PRIOR TO THE REPAIR APPLICATION, THE EXPOSED METAL SHOULD BE COATED WITH BONDING AND ANTI -CORROSION AGENT WHERE BARS HAVE LESS THAN ONE AND ONE-HALF (1-1/2) INCHES OF COVER, AND ARE NOT PROTECTED BY A WATERPROOF MEMBRANE. (DO NOT COAT BARS WHERE A CATHODIC PROTECTION SYSTEM IS INSTALLED.) 5. DAMPEN CONCRETE SURFACE TO BE REPAIRED WITH CLEAN WATER (SSD), BUT MAKE SURE THERE IS NO STANDING WATER. 6. ALL CONCRETE SURFACES SHOULD BE PRIMED WITH A SLURRY (FROM SELECTED REPAIR MATERIAL) AND SCRUBBED INTO THE SUBSTRATE. (REFER TO MANUFACTURER'S SPECIFICATIONS.) v. 7.2024 20 • • • 7. DO NOT FEATHER EDGE REPAIR MATERIALS. SAW CUT AND CHIP BACK REPAIR AREA, TO INSURE A MINIMUM 1/2" MATERIAL THICKNESS AT EDGE OF REPAIR AREA. H. MATERIAL SELECTION 1. SELECT THE APPROPRIATE PATCH MATERIAL AND METHOD BASED ON THE CRITERIA ESTABLISHED IN THE DETAILS AND/OR SPECIFICATIONS. 2. PROVIDE 1/4" TO 1/2" AGGREGATE IN REPAIR AREAS WHEN THE DEPTH OF THE REPAIR EXCEEDS 1". TYPE, SIZE AND QUANTITY OF THE AGGREGATE SHALL BE IN ACCORDANCE WITH THE MANUFACTURER'S RECOMMENDATIONS. 3. FORMED AND POURED PATCHES ARE PREFERRED BUT IN SOME INSTANCES TROWELED PATCHES MAY BE ADVISABLE FOR SPECIFIC CONDITIONS. CONFER WITH THE ENGINEER. 4. INSTALL ALL MATERIALS IN STRICT COMPLIANCE WITH THE MANUFACTURER'S RECOMMENDATIONS. CONCRETE TO CONCRETE BONDING COMPOUNDS ARE TO BE USED ONLY WHERE SPECIFICALLY SHOWN ON THE DETAILS OR APPROVED BY THE ENGINEER. I. REPAIR MATERIALS (STO, MASTER BUILDERS, OR APPROVED EQUAL). NOTE: SIKA AND EUCLID ARE APPROVED EQUAL WHERE APPLICABLE. 1. FLEXIBLE CRACK FILLER: Sikaflex HY 150 (MASTERSEAL NP150) 2.BONDING AND ANTI -CORROSION AGENT: Sika Armatec-110 (MASTEREMACO P124). 3. REPAIR MESH: Sika Flexitape Heavy (MASTERSEAL 995) 4. EPDXY BINDER: Sikadur 35 Hi -Mod LV 5. QUICK SET EPDXY GEL: Sikadur 33 6. EPDXY GROUT: STO CR639, OR Sikadur 42 Grout Pak. 7. TROWEL GRADE MORTAR: HORIZONTAL REPAIRS — Sikalastic 350 Epoxy Mortar 0 to 1-1/2" (MASTERSEAL 350) FOR VERTICAL REPAIRS — SikaEmaco 425 Gel Patch (MASTEREMACO N425). 8.OVERHEAD MORTAR: SikaEmaco 425 Gel Patch / SikaQuick VOH. 9. FULL DEPTH REPAIR MORTAR: SikaEmaco 440 (MASTEREMACO S 440). 10. FLOWABLE MORTAR: SikaEmaco 440 (MASTEREMACO S 440) or Sika Emaco 440 MC MORTAR FOR PUMP APPLICATION. 11. THIN OVERLAY: Sikalastic 350 (MASTERSEAL 350) / SikaQuick 1000 or SikaEmaco 1061 (MASTEREMACO T 1061). 12. NON -SHRINK GROUT: SikaGrout 212. 13. EXPANSIVE GROUT: SikaGrout 928. 14. REPAIR MORTAR: SikaQuick 1000 15. EVAPORATION RETARDER: SikaGaurd- 50 (MASTERKURE ER 50). 16. PROVIDE OTHER MATERIALS, NOT SPECIFICALLY DESCRIBED BUT REQUIRED FOR A COMPLETE AND PROPER INSTALLATION, AS SELECTED BY THE CONTRACTOR SUBJECT TO THE APPROVAL OF THE ENGINEER. J. SUPPLEMENTAL ANCHORS 1. INSTALL STAINLESS STEEL ANCHORS AND RODS AS SHOWN ON DETAILS OR AS DIRECTED BY THE ENGINEER. KEEP SUBSTRATE SURFACE CLEAN AND FREE OF EPDXY. THOROUGHLY CLEAN v. 7.2024 21 OFF ALL EPDXY RESIDUE FROM THE SUBSTRATE. AVOID PLACING THE ANCHORS OR RODS IN CONTACT WITH THE REINFORCING STEEL WITHIN THE EXCAVATION. IF CONTACT IS MADE, COAT THE COMMON SURFACES WITH ANTI- CORROSION AGENT. K. PLACING CONCRETE REPAIR MATERIALS: 1. INSTALL REPAIR MATERIALS IN ACCORDANCE WITH ICRI GUIDELINE #03731, AND THE MANUFACTURER'S REQUIREMENTS IN A CONTINUOUS OPERATION, WITHIN LIMITS OF THE REPAIR AREAS, UNTIL THE PLACING IS COMPLETED. 2. BRING SURFACES TO THE CORRECT LEVEL WITH A STRAIGHT EDGE, AND THEN STRIKE OFF. 3. USE FLOATS TO SMOOTH THE SURFACE, LEAVING THE SURFACE FREE FROM BUMPS AND HOLLOWS. 4. PROVIDE MASTER BUILDER'S CONFILM AS REQUIRED TO REDUCE SURFACE MOISTURE EVAPORATION AND RESULTANT PLASTIC SHRINKAGE. APPLY EVAPORATION REDUCER IN ACCQRDANCE WITH MANUFACTURER'S REQUIREMENTS. 5. DO NOT SPRINKLE WATER ON THE PLASTIC SURFACE. 6. CURE REPAIRED AREA IN ACCORDANCE WITH ACI 308, "STANDARD PRACTICE FOR CURING CONCRETE", BY MOISTURE CURE, COVER WITH SHEET MATERIALS CONFORMING TO ASTM C171, OR WATER BASED CURING COMPOUND PER ASTM C309. NOTE: ALWAYS VERIFY COMPATIBILITY OF CURING COMPOUNDS WITH FINISH SURFACE MATERIALS. L. CRACK REPAIRS 1. CONCRETE - ROUT AND CLEAN WITH COMPRESSED AIR: REPAIR WITH STO- EPDXY GEL OR STO CR633 EPDXY BINDER BY GRAVITY FEED, AS APPLICABLE. CONSULT ENGINEER AS REQUIRED. (REFER TO ACI RAP #2) 2. CRACK INJECTION - AS DIRECTED BY ENGINEER. (REFER TO SECTION III.B. BELOW. 3. NON-STRUCTURAL CONCRETE - HAIRLINE CRACKS LESS THAN 1/32": CLEAN SURFACE AND CLEAN JOINT WITH COMPRESSED AIR. APPLY ACURON 2000 OVER JOINT (SATURATE) PRIOR TO APPLYING SURFACE COATING. M. GALVANIC ANODES - (NOT USED) N. RE -LEVELING OF THE ELEVATED FLOORS (NOT USED). 0. REMEDIAL WORK 1. REPAIR OR REPLACE DEFICIENT WORK AS DIRECTED BY THE ENGINEER AND AT NO ADDITIONAL COST TO THE OWNER. P. PAY QUANTITY 1. UPON COMPLETION OF THE WORK, THE CONTRACTOR SHALL VERIFY THE ACTUAL QUANTITY OF UNIT PRICE CONCRETE REPAIRS BY MEASUREMENT (OR) MATERIAL BAG COUNT, AS APPLICABLE. 2. SUBJECT TO ENGINEER OR OWNER REPRESENTATIVE CONFIRMATION, THE CONTRACTOR WILL BE PAID FOR QUANTITIES VERIFIED. III.B. EPDXY INJECTION A. GENERAL REQUIREMENTS 1. FURNISH ALL LABOR, MATERIALS, TOOLS AND EQUIPMENT, AND PERFORM ALL OPERATIONS NECESSARY FOR THE CRACK INJECTION WORK. v. 7.2024 22 • • • • • • 2. THE INSTALLATION OF PORTS AND THE INJECTION OF SPECIFIED MATERIALS SHALL PROCEED AS INDICATED IN THE SEQUENCE OF WORK. 3. DESIGNATED CRACKS TO BE INJECTED FULL LENGTH OF THE CRACKS. 4. SPECIFIED MATERIALS WILL BE INJECTED UNDER SUCH PRESSURE SO AS NOT TO DAMAGE THE EXISTING STRUCTURE. 5. WORK TO BE IN ACCORDANCE WITH ACI RAP #1 AS SHOWN IN THE DRAWINGS. B. MATERIALS 1. ALL MATERIALS SHALL BE DELIVERED TO THE SITE IN UNDAMAGED, UNOPENED CONTAINERS BEARING THE MANUFACTURER'S ORIGINAL LABELS. MATERIALS SHALL BE NON-FLAMMABLE AND NON-TOXIC 2. CAP SEAL - SIKADUR 31 BY SIKA CORPORATION, OR APPROVED EQUAL (AT EPDXY FILLED CRACKS). 3. WHERE SPECIFIED BY THE ENGINEER, THE SEALING MATERIALS SHALL BE A POLYURETHANE GROUT AND ACCELERATOR SYSTEM MARKETED UNDER THE NAMES OF HYDRO -ACTIVE GROUT WITH ACCELERATOR HYDRO -ACTIVE CAT SUPPLIED BY DE NEEF CONSTRUCTION CHEMICALS (US), INC. (OR APPROVED EQUAL). 4. WHERE SPECIFIED BY THE ENGINEER, THE EPDXY MATERIALS SHALL BE SIKADUR 35, SIKADUR 52, OR SIKADUR INJECTION GEL (OR APPROVED EQUAL). C. INSTALLING PORTS 1. CLEAN CONCRETE SURFACE AT CRACKS AS REQUIRED FOR PROPER INSTALLATION OF THE CAP SEAL. 2. PROVIDE SURFACE MOUNT OR SOCKET PORTS AS REQUIRED BY THE PROJECT CONDITIONS. SPACING OF INJECTION PORTS SUBJECT TO THE WIDTH OF THE CRACKS, BUT NO LESS THAN THICKNESS OF CONCRETE TO BE INJECTED. 3. INSTALL INJECTION PORTS COMPATIBLE WITH THE INJECTION MATERIALS. 4. FLUSH CRACKS AS REQUIRED BY THE MATERIALS MANUFACTURER. D. STORAGE, MIXING AND HANDLING 1. STORAGE, MIXING AND HANDLING OF THE CHEMICAL MATERIALS AND THE ACCELERATOR, SHALL BE IN ACCORDANCE WITH THE RECOMMENDATIONS OF THE MANUFACTURER AND ALL APPLICABLE SAFETY CODES, AND SHALL BE PERFORMED IN SUCH A MANNER AS TO MINIMIZE HAZARD TO PERSONNEL. E. PUMPS 1.HAND OPERATED, AIR DRIVEN OR ELECTRICAL POSITIVE DISPLACEMENT PUMPS CAN BE USED. ONE TO FIVE GALLONS PER MINUTE DELIVERY IS NORMALLY SATISFACTORY. PUMPS MUST BE FLUSHED WITH WASHING AGENT FOR AT LEAST TWO MINUTES BEFORE AND AFTER THE GROUTING OPERATION. F. QUALITY CONTROL 1. CONTRACTOR TO PROVIDE MOCK-UP OF TYPICAL CRACK INJECTION FOR ENGINEER REVIEW BEFORE PROCEEDING WITH THE WORK. 2. EPDXY INJECTION PROCEDURES SUBJECT TO ICRI GUIDELINE #03734. 3. CORE SAMPLES SHALL BE TAKEN AS NOTED BELOW. G. PROCEDURES v. 7.2024 23 1. INSTALL CAP SEAL (1" WIDE X 3/16" THICK, PROX.) AT EPDXY FILLED CRACKS. 2. INJECT SPECIFIED MATERIALS PER MANUFACTURER'S REQUIREMENTS UNDER SUFFICIENT PRESSURE AND FOR THE LENGTH OF TIME NECESSARY TO FILL ALL VOIDS. 3. CORES (2" IN DIAMETER) SHALL BE TAKEN TO CONFIRM THE RESULTS OF THE INJECTION (PER LOCATIONS DESIGNATED BY ENGINEER). i. THREE (3) PER FIRST 100 LF. ii. ONE PER 150 LF, THEREAFTER. 4. PATCH CORE HOLES WITH REPAIR GROUT. CRACKS FOUND NOT TO BE FULLY INJECTED (PER CORE SAMPLES) SHALL BE RE -INJECTED, AND SUBSEQUENTLY RE- CORED. 5. REMOVE INJECTION PORTS AND EXCESS RESIN ON SURFACE OF CONCRETE (BY GRINDING). H. PAYMENT 1. THE OWNER WILL PAY THE CONTRACTOR A UNIT PRICE FOR EACH LINEAL FOOT OF CRACK INJECTED OR GRAVITY FED, AS APPLICABLE. 2. THE UNIT PRICE SHALL INCLUDE THE COST OF THE SAMPLE CORES, AND PATCHING OF SAME. III.C. CORROSION INHIBITOR - NOT USED III.D. URETHANE/SILICONE CRACK REPAIR A. GENERAL REQUIREMENTS 1.FURNISH ALL LABOR, MATERIALS, TOOLS AND EQUIPMENT, AND PERFORM ALL OPERATIONS NECESSARY FOR THE CRACK REPAIR WORK. 2. THE INSTALLATION OF SPECIFIED MATERIALS SHALL PROCEED AS INDICATED IN THE SEQUENCE OF WORK. 3. DESIGNATED CRACKS TO BE FILLED LENGTH OF THE CRACKS. B. MATERIALS 1. ALL MATERIALS SHALL BE DELIVERED TO THE SITE IN UNDAMAGED, UNOPENED CONTAINERS BEARING THE MANUFACTURER'S ORIGINAL LABELS. MATERIALS SHALL BE NON-FLAMMABLE AND NON-TOXIC 2. WHERE SPECIFIED BY THE ENGINEER, THE SEALING MATERIALS SHALL BE A POLYURETHANE SEALANT SIKAFLEX NP1, SILICONE SEALANT TO BE SIKA 825 OR APPROVED EQUAL. 3. WHERE SPECIFIED BY THE ENGINEER, SILICONE SEALANT SHALL BE DOW- CORNING FC PARKING SEALANT OR APPROVED EQUAL. C. STORAGE, MIXING AND HANDLING 1. STORAGE, MIXING AND HANDLING OF THE CHEMICAL MATERIALS AND THE ACCELERATOR, SHALL BE IN ACCORDANCE WITH THE RECOMMENDATIONS OF THE MANUFACTURER AND ALL APPLICABLE SAFETY CODES, AND SHALL BE PERFORMED IN SUCH A MANNER AS TO MINIMIZE HAZARD TO PERSONNEL. D. QUALITY CONTROL 1. CONTRACTOR TO PROVIDE MOCK-UP OF TYPICAL CRACK REPAIRS FOR ENGINEER REVIEW BEFORE PROCEEDING WITH THE WORK. E. PROCEDURES v. 7.2024 24 • • • • • • 1. ROUT CRACKS WITH THE USE OF A CRACK CHASER (1/4" WIDE). 2. INSTALL SPECIFIED MATERIALS PER MANUFACTURER'S REQUIREMENTS. F. PAYMENT 1. THE OWNER WILL PAY THE CONTRACTOR A UNIT PRICE FOR EACH LINEAL FOOT OF CRACK REPAIR BY SEALANT OR GRAVITY FED EPDXY, AS APPLICABLE. 2. THE UNIT PRICE SHALL INCLUDE THE COST OF THE SAMPLE CORES, AND PATCHING OF SAME. IV. STRUCTURAL STEEL - NOT USED V. CARPENTRY - NOT USED VI. DECK MEMBRANE - SEE PLANS FOR SPECIFICATIONS VII. PAINTING - (COATING SYSTEMS BY SHERWIN WILLIAMS OR APPROVED EQUAL) (SEE EXHIBIT #1) A. SCOPE OF WORK 1. WORK IN GENERAL INCLUDES SURFACE PREPARATION, SURFACE REPAIR, AND APPLICATION OF THE PAINT COATING TO THE SUBSTRATES AND SYSTEMS OUTLINED IN THIS SPECIFICATION, AND AS REQUIRED BY THE MANUFACTURER. 2. BASE BID: WORK INCLUDES PAINTING AS NOTED ON THE SOV AND THE ATTACHED SPECIFICATIONS. 3. TOUCH UP ALL WORK UPON COMPLETION. 4. REMOVE ALL DEBRIS FROM PAINTING WORK FROM THE SITE AND LEAVE THE SITE IN A CLEAN AND WORKMANLIKE CONDITION. 5. ALL MATERIALS SHALL BE AS MANUFACTURED OR DISTRIBUTED BY TNEMEC (OR APPROVED EQUAL), AND DELIVERED ON THE JOB IN ORIGINAL, SEALED CONTAINERS. B. STORAGE AND USE OF PREMISES 1. THE PAINTING CONTRACTOR SHALL CONFINE HIS APPARATUS, MATERIALS STORAGE AND OPERATIONS OF HIS WORKMEN TO LIMITS INDICATED BY PROJECT REPRESENTATIVE. ALL MATERIALS USED ON THE JOB SHALL BE STORED IN A SINGLE PLACE DESIGNATED BY THE PROJECT REPRESENTATIVE. SUCH STORAGE SHALL BE KEPT CLEAN AND PAINTING CONTRACTOR SHALL BE LIABLE FOR DAMAGE TO SURROUNDING AREAS. 2. INFLAMMABLE MATERIAL AND/OR FIRE HAZARD WASTE SHALL BE STORED, HANDLED AND USED IN AN APPROVED MANNER AND SHALL BE REMOVED FROM THE SITE DAILY. C. WORKMANSHIP AND APPLICATION CONDITION 1. PAINT ONLY IN DRY WEATHER WHEN TEMPERATURE IS 50 DEGREES FAHRENHEIT OR HIGHER. STOP EXTERIOR WORK EARLY TO PERMIT PAINT FILM TO SET UP BEFORE CONDENSATION CAUSED BY NIGHT TEMPERATURE DROPS OCCUR. DO NOT BEGIN PAINTING UNTIL SURFACES ARE MOISTURE FREE. 2. PRIMERS AND PAINTS TO BE APPLIED BY BRUSH AND ROLL APPLICATION ONLY ON ALL EXTERIOR SURFACES. v. 7.2024 25 3. DO NOT VARNISH OR ENAMEL IN DIRECT SUNLIGHT. 4. KEEP PAINT AT ROOM TEMPERATURE. 5. SWEEP DUST, DIRT AND DEBRIS AWAY BEFORE PAINTING. 6. EXECUTE WORK IN ACCORDANCE WITH LABEL DIRECTIONS. COATING APPLICATIONS SHALL BE MADE IN STRICT CONFORMANCE TO THIS SPECIFICATION AND TO THE MANUFACTURER'S PAINT INSTRUCTIONS ON THE LABELS AND PRODUCT DATA SHEETS. 7. PAINT ONLY DRY WOOD (LESS THAN 15% MOISTURE). CEMENTICIOUS SUBSTRATES' MOISTURE CONTENT MUST NOT EXCEED 25% PRIOR TO COATING APPLICATION. 8. ALL WORK SHALL BE ACCOMPLISHED BY SKILLED WORKMEN FAMILIAR WITH AND TRAINED TO DO THIS TYPE WORK; MOREOVER, THEY SHALL BE QUALIFIED TO OPERATE OR USE THE EQUIPMENT AND RIGGING NEEDED TO ACCOMPLISH THIS WORK. 9. ALL EQUIPMENT SHALL BE IN SOUND WORKING CONDITION AND MUST MEET ALL OSHA SAFETY STANDARDS. ALL WORKMEN SHALL BE AWARE OF AND TRAINED IN THE OPERATION OF ALL SAFETY EQUIPMENT REQUIRED FOR THIS PROJECT. 10. MATERIALS SHALL BE APPLIED EVENLY AND FREE OF RUNS, SAGS, PINHOLES OR LAP MARKS. 11. ONLY THE MANUFACTURER'S THINNERS MAY BE USED TO THIN THE RESPECTIVE PRODUCTS AND IN THE AMOUNTS PRESCRIBED. 12. ALL APPLICATION TOOLS AND EQUIPMENT SHALL BE IN GOOD WORKING ORDER AND SUITABLE FOR PROPER APPLICATION. 13. ALL SHRUBBERY, OUTSIDE WALKWAYS AND SPRINKLER SYSTEMS SHALL BE FULLY PROTECTED AGAINST DAMAGE DURING EACH STAGE OF THE PAINTING PROJECT. 14. ALL EXTERIOR SUBSTRATES DESIGNATED NOT TO RECEIVE PAINT COATINGS SHALL BE KEPT FREE OF PAINT RESIDUE, E.G. WINDOWS, WALKWAYS, FOLIAGE, ETC. D. SURFACE PREPARATION 1. CLEANING AND MILDEW CONTROL i. ALL EXTERIOR SURFACES TO BE PAINTED SHALL BE PRESSURE CLEANED (2500 PSI MIN.) TO REMOVE DIRT, MILDEW, CHALKED PAINT AND ANY FOREIGN MATERIALS DETERRENT TO THE NEW FINISH. ii. ALL SURFACES TO BE PAINTED SHALL BE WATERBLASTED WITH THE FOLLOWING SOLUTION TO REMOVE MILDEW, MILDEW SPORES, AND OTHER SURFACE CONTAMINANTS. MIX 1 PART BLEACH TO 3 PARTS WATER- MIX THOROUGHLY. LET SOLUTION REMAIN ON SURFACE 15 - 20 MINUTES AND THEN THOROUGHLY RINSE WITH POTABLE WATER. IF DIRT REMAINS, WASH WITH A NON-SUDSING DETERGENT (I.E. SOILAX). RINSE THOROUGHLY WITH POTABLE WATER AND ALLOW SURFACE TO DRY BEFORE PAINTING. iii. ANY LOOSE AND SCALING PAINT NOT REMOVED BY PRESSURE WASHING SHALL BE REMOVED BY WIRE BRUSHING OR OTHER SUITABLE POWER TOOL CLEANING. 2. MASONRY/STUCCO SUBSTRATES - (NOT USED) 3. FERROUS METAL SUBSTRATES i. METALS SHOWING SIGNS OF RUST DEGRADATION SHALL BE POWER TOOL CLEANED PER SSPC-SP 3, TREATED WITH OSPHO AND PRIMED PER PAINT SCHEDULE UNLESS OTHERWISE SPECIFIED. 4. WOOD SUBSTRATES v. 7.2024 26 • • • • • • i. ALLOW WOOD (P.T., AND NON-P.T.) TO DRY SIXTY (60) DAYS BEFORE PAINT (OR UNTIL MOISTURE CONTENT IS BELOW 15%). H. PRIME WOOD SURFACE WITH PRIMER. PER PAINT SCHEDULE, U.O.N. iii. ALL RUSTY NAIL HEADS SHALL BE TREATED WITH A PHOSPHORIC ACID BASE SOLUTION. (OSPHO, OR EQUAL), COUNTER SUNK AND PUTTIED WITH DAP PAINTERS PUTTY, OR EQUAL, OR SPOT PRIMED TO PREVENT FURTHER BLEED. 5. CONTRACTOR TO PROVIDE ALL NECESSARY PROTECTION OF THE ADJACENT STRUCTURE TO PREVENT OVER -SPRAY. E. CRACKS IN EXISTING STUCCO VERTICAL WALLS MORE THAN 1/8" IN WIDTH - (NOT USED) F. COLOR SELECTION 1. CONTRACTOR TO PROVIDE COLOR SAMPLES OF ALL PAINT SURFACES FOR OWNER REVIEW. 2. COLOR TO MATCH ADJACENT COLOR. G. EXTERIOR EXPOSED STEEL / RUSTED METAL 1. REFER TO SCOPE OF WORK REFERENCED ABOVE. (EXHIBIT 1). H. EXISTING PAINTED SURFACES 1. MATCH EXISTING COLORS. VIII. MISCELLANEOUS A. FIELD MEASUREMENT/SUBMITTALS 1. THE CONTRACTOR SHALL VERIFY ALL MEASUREMENTS IN THE FIELD PRIOR TO SUBMITTAL OF SHOP DRAWINGS. 2. ALL FIELD OBTAINED DIMENSIONS SHALL BE REFLECTED IN THE SHOP DRAWINGS WHEN SUBMITTED TO THE ENGINEER FOR REVIEW. 3. ACCURACY OF FIELD DIMENSIONS SHALL BE THE COMPLETE RESPONSIBILITY OF THE CONTRACTOR. B. AS -BUILT DRAWINGS 1. PROVIDE A SET OF AS -BUILT DRAWINGS REFLECTING ALL CHANGES TO THE DESIGN DOCUMENTS UPON COMPLETION OF THE PROJECT AND SHALL BE PROVIDED AS PART OF THE CLOSEOUT DOCUMENTS INCLUDING THREE (3) HARD COPIES IN THREE RING BINDERS, PLUS THREE (3) ELECTRONIC FILES. (THUMB DRIVE) C. DRILLED ANCHORS 1. ALL DRILLED BOLTS AND REBAR INTO CONCRETE SHALL USE STO EPDXY GEL, OR HILTI (HIT HY150) SYSTEM, OR APPROVED EQUAL. BOLTS SHALL BE AISI 304 STAINLESS STEEL U.O.N. 2. ALL TAPCON TYPE FASTENERS SHALL BE ELCO WITH STALGARD FINISH, OR EQUAL. (PROVIDE STAINLESS STEEL WHERE SPECIFIED.) 3 . ALL SELF -DRILLING SCREWS SHALL BE ELCO (WITH STALGARD FINISH (OR EQUAL). PROVIDE STAINLESS STEEL WHERE SPECIFIED. SECTION IV - A SUBSECTION 0005 - EXHIBITS v. 7.2024 27 BAYCARE BALLPARK STRUCTURAL REPAIRS (2024/2025) PENNON! PROJECT NO. CLWRC25002 CITY OF CLEARWATER PURCHASE ORDER NO. 25000849 Exhibit Description A. Sherwin Williams Specifications B. Unit Price Summary C. Project Closeout D. SIKA Report Regarding Existing Membranes EXHIBIT 1 SHERWIN WILLIAMS SPECIFICATIONS Product Submittal Bay Care Miscellaneous Painting BAYCARE BALLPARK Presented By: Christopher Krueger SALES- Sales Representative PC Commercial +1 (813) 394-4894 christopher.i.kruedersherwin.com SHERWIN-WILLIAMS 5200 S DALE MABRY HWY TAMPA, FL 33611 9999 (813) 805-6992 July 22, 2024 Exterior Finishes v. 7.2024 BAYCARE BALLPARK Bay Care Miscellaneous Painting July 22, 2024 Previously Coated Ferrous Railings Spot Prime: B58W00610 - Macropoxy® 646 Fast Cure Epoxy Notes: Surface Preparation: SSPC-SP1 & SSPC-SP2. Clean surface and remove loose paint and rust. Sand existing coating to dull finish and wipe clean. Spot prime all areas of raw metal tightly adhered rust with Macropoxy 646 at 7.5 -12 wet mils. Primer: B58W00610 - Macropoxy® 646 Fast Cure Epoxy 28 • • • • Notes: Apply Macropoxy 646 at 7.5 - 12 wet mils. 2 Coats: B65W00831 - Acrolon Ultra High Performance Polyurethane Semi -Gloss Notes: Apply two coats of Acrolon Ultra at 3.5 - 5 wet mils. Galvanized Metal Railings Spot Prime: B65S00014 - Corothane® I - Aliphatic Finish Coat MIO/Aluminum Notes: Surface Preparation: SSPC-SP1 & SSPC-SP2. Clean surface and wire brush. Wipe surface clean. Spot Prime rusted areas as needed with Cortothane 1 Mio Aluminum at 3 - 4.5 wet mils. EFIS Primer: LX02W0050 - Loxon Concrete and Masonry Primer Notes: Pressure clean surface and allow to dry. Apply Loxon concrete and masonry prime at 5.3 - 8 wet mils. Finish: LX11 W0051 - Loxon XP Waterproofing Masonry Coating Notes: Apply at 14.5 - 18.5 mils wet. Color and sheen to match existing as close as possible. Interior Finishes Ferrous Meal Brackets 2 Coats: B58W00610 - Macropoxy® 646 Fast Cure Epoxy Notes: Surface Preparation: SSPC-SP1 & SSPC-SP2. Clean surface and remove loose rust. Sand substrate to dull finish and wipe clean. Prime metal Brackets with two coats of Macropoxy 646 at 7.5 - 12 wet mils. 111 Basic Surface Preparation • v. 7.2024 Coating performance is directly affected by surface preparation. Coating integrity and service life will be reduced because of improperly prepared surfaces. As high as 80% of all coating failures can be directly attributed to inadequate surface preparation that affects coating adhesion. Proper product selection, surface preparation, and application affect coating performance. Coating integrity and service life will be reduced because of improperly prepared surfaces. Selection and implementation of proper surface preparation ensures coating adhesion to the substrate and prolongs the service life of the coating system. The majority of paintable surfaces are concrete, ferrous metal, galvanizing, wood and aluminum. They all require protection to keep them from deteriorating in aggressive environments. Selection of the proper method for surface preparation depends on the substrate, the environment, the coating selected, and the expected service life of the coating system. Economics, surface contamination, and the effect on the substrate will also influence the selection of surface preparation methods. Recognize that any surface preparation short of total removal of the old coating may compromise the service length of the system. Verify the existence of lead based paints on the project. Buildings constructed after 1978 are less likely to contain lead based paints. If lead based paints are suspected on the project, all removal must be done in accordance with the EPA Renovation, Repair and Painting and all applicable state and local regulations. State and local regulations may be more strict than those set under the federal regulations. Verify that Owner has completed a Hazardous Material Assessment Report for the project prior to issuing of Drawings. Concluding that no lead based paints were found on project site, delete paragraph regarding lead based paints. 29 WARNING! Removal of old paint by sanding, scraping or other means may generate dust or fumes that contain lead. Exposure to lead dust or fumes may cause brain damage or other adverse health effects, especially in children or pregnant women. Controlling exposure to lead or other hazardous substances requires the use of proper protective equipment, such as a properly fitted respirator (NIOSH approved) and proper containment and cleanup. For more information, call the National Lead Information Center at 1 -800 -424 -LEAD (in US) or contact your local health authority. Removal must be done in accordance with EPA Renovation, Repair and Painting Rule and all related state and local regulations. Care should be taken to follow all state and local regulations which may be more strict than those set under the federal RRP Rule. No exterior painting should be done immediately after a rain, during foggy weather, when rain is predicted, or when the temperature is below 50°F, unless the products to be used are designed to be used in those environments. Aluminum — S -W 1: Remove all oil, grease, dirt, oxide and other foreign material by cleaning per SSPC- SP1, Solvent Cleaning. Block (Cinder and Concrete) — S -W 3: Remove all loose mortar and foreign material. Surface must be free of laitance, concrete dust, dirt, form release agents, moisture curing membranes, loose cement, and hardeners. Concrete and mortar must be cured at least 28 days at 75°F. The pH of the surface should be between 6 and 9. On tilt -up and poured -in-place concrete, commercial detergents and abrasive blasting may be necessary to prepare the surface. Fill bug holes, air pockets, and other voids with a cement patching compound (per ASTMD4261). Brick — S -W 4: Must be free of dirt, loose and excess mortar, and foreign material. All brick should be allowed to weather for at least one year followed by wire brushing to remove efflorescence. Treat the bare brick with one coat of Loxon Conditioner. Concrete and Masonry — Concrete, Poured — Exterior or Interior— S -W 5: The preparation of new concrete surfaces is as important as the surface preparation of steel. The following precautions will help assure maximum performance of the coating system and satisfactory coating adhesion: A. Cure — Concrete must be cured prior to coating. Cured is generally defined as concrete poured and aged at a material temperature of at least 75°F for at least 28 days unless specified products are designed for earlier application. B. Moisture — Reference ASTM F1869-98 Moisture Test by use of Calcium Chloride or ASTM D4263 Plastic Sheet Method Concrete must be free from moisture as much as possible (it seldom falls below 15%). Vapor pressures, temperature, humidity, differentials, and hydrostatic pressures can cause coatings to prematurely fail. The source of moisture, if present, must be located, and the cause corrected prior to coating. C. Temperature — Air, surface and material temperatures must be in keeping with requirements for the selected product during and after coating application, until coating is cured. D. Contamination — Remove all grease, dirt, paint, oil, laitance, efflorescence, loose mortar, and cement by the recommendations listed in the surface preparation section. E.Surface Condition — Hollow areas, bug holes, voids, honeycombs, fin form marks, and all protrusions or rough edges are to be ground or stoned to provide a continuous surface of suitable texture for proper adhesion of the coating. Imperfections may require filling, as specified, with a recommended Sherwin-Williams product. F.Concrete Treatment — Hardeners, sealers, form release agents, curing compounds, and other concrete treatments should be removed to ensure adequate coating adhesion and performance. v. 7.2024 30 • • • • • • Methods of Surface Preparation on Concrete per SSPC-SP13/NACE 6 or ICRI 03732 Surface Cleaning Methods: Vacuum cleaning, air blast cleaning, and water cleaning per ASTM D4258. Used to remove dirt, loose material, and/or dust from concrete. Detergent water cleaning and steam cleaning per ASTM D4258. Used to remove oils and grease from concrete. Prior to abrasive cleaning, and after abrasive cleaning, surfaces should be cleaned by one of the methods described above. Mechanical Surface Preparation Methods: Dry abrasive blasting, wet abrasive blasting, vacuum assisted abrasive blasting, and centrifugal shot abrasive blasting per ASTM D4259. Used to remove contaminants, laitance, and weak concrete, to expose subsurface voids, and to produce a sound concrete surface with adequate profile and surface porosity. High-pressure water cleaning or water jetting per SSPC-SP12-NACE5. Used to remove contaminants, laitance, and weak concrete, to expose subsurface voids, and to produce a sound concrete surface with adequate profile and surface porosity. Impact tool methods per ASTM D4259. Used to remove existing coatings, laitance, and weak concrete. Methods include scarifying, planing, scabbling, and rotary peening. Impact tools may fracture concrete surfaces or cause microcracking requiring surface repair. Power tool methods per ASTM D4259. Used to remove existing coatings, laitance, weak concrete, and protrusions in concrete. Methods include circular grinding, sanding, and wire brushing. These methods may not produce the required surface profile to ensure adequate adhesion of subsequent coatings. Chemical Surface Preparation Methods: Acid etching per ASTM D4260. Use to remove some surface contaminants, laitance, and weak concrete, and to provide a surface profile on horizontal concrete surfaces. This method requires complete removal of all reaction products and pH testing to ensure neutralization of the acid. Not recommended for vertical surfaces. Etching with hydrochloric acid shall not be used where corrosion of metal in the concrete is likely to occur. Adequate ventilation and safety equipment required. A. Clean surface per ASTM D4268 B. Wet surface with clean water C. Etch with 10-15% muriatic acid solution at the rate of 1 gallon per 75 square feet D. Scrub with stiff brush E.Allow sufficient time for scrubbing and until bubbling stops F.If no bubbling occurs, surface is contaminated. Refer to ASTM D4258 or ASTM D4259 G. Rinse surface two or three times. Remove acid/water each time. H. Surface should a texture similar to medium grit sandpaper. L Neutralize surface with a 3% solution of tri -sodium phosphate and flush with clean water. J. Allow to dry and check for excess moisture. v. 7.2024 Cement Composition Siding/Panels – S -W 6: Remove all surface contamination by washing with an appropriate cleaner, rinse thoroughly and allow to dry. Existing peeled or checked paint should be scraped and sanded to a sound surface. Glossy surfaces should be sanded dull. Pressure clean, if needed, with a minimum of 2100 psi pressure to remove all dirt, dust, grease, oil, loose particles, laitance, foreign material, and peeling or defective coatings. Allow the surface to dry thoroughly. If the surface is new, test it for pH, many times the pH may be 10 or higher. Composition Board (Hardboard) – S -W 9: Some composition boards may exude a waxy material that must be removed with a solvent prior to coating. Whether factory primed or unprimed, exterior composition board siding (hardboard) must be cleaned thoroughly and primed with an alkyd primer. Copper – S -W 7: Remove all oil, grease, dirt, oxide and other foreign material by cleaning per SSPC-SP2, Hand Tool Cleaning. Drywall—Interior and Exterior – S -W 8: Must be clean and dry. All nail heads must be set and spackled. Joints must be taped and covered with a joint compound. Spackled nail heads and tape joints must be sanded smooth and all dust removed prior to painting. Exterior surfaces must be spackled with exterior grade compounds. 31 Galvanized Metal — S -W 10: Allow to weather a minimum of 6 months prior to coating. Clean per SSPC- SP1 using detergent and water or a degreasing cleaner, then prime as required. When weathering is not possible or the surface has been treated with chromates or silicates, first Solvent Clean per SSPC-SP1 and apply a test area, priming as required. Allow the coating to dry at least one week before testing. If adhesion is poor, Brush Blast per SSPC-SP16 is necessary to remove these treatments. Plaster — S -W 11: Must be allowed to dry thoroughly for at least 30 days before painting. Room must be ventilated while drying; in cold, damp weather, rooms must be heated. Damaged areas must be repaired with an appropriate patching material. Bare plaster must be cured and hard. Textured, soft, porous, or powdery plaster should be treated with a solution of 1 pint household vinegar to 1 gallon of water. Repeat until the surface is hard, rinse with clear water and allow to dry. Steel/Ferrous Metal Substrates SSPC-SP1- Solvent Cleaning: Solvent cleaning is a method for removing all visible oil, grease, soil, drawing and cutting compounds, and other soluble contaminants. Solvent cleaning does not remove rust or mill scale. Change rags and cleaning solution frequently so that deposits of oil and grease are not spread over additional areas in the cleaning process. Be sure to allow adequate ventilation. Follow manufacturer's safety recommendations when using solvents. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.1. (Refer to each products cleaning instructions. Many acrylic coatings will state; When cleaning the surface per SSPC-SP1, use only an emulsifying industrial detergent, followed by a water rinse. Do not use hydrocarbon solvents for cleaning.) SSPC-SP2 - Hand Tool Cleaning: Hand Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mil scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife. Before hand tool cleaning, remove visible oil, grease, soluble welding residues, and salts by the methods outlined in SSPC-SP1. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.2. SSPC-SP3 - Power Tool Cleaning: Power Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mil scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife. Before power tool cleaning, remove visible oil, grease, soluble welding residues, and salts by the methods outlined in SSPC-SP1. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.3. SSPC-SP5 / NACE 1 - White Metal Blast Cleaning: A White Metal Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP 1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard SSPC-SP5/ NACE No.1. SSPC-SP6 / NACE 3 - Commercial Blast Cleaning: A Commercial Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except for staining. Staining shall be limited to no more than 33 percent of each square inch of surface area and may consist of light shadows, slight streaks, or minor discoloration caused by stains of rust, stains of mill scale, or stains of previously applied paint. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP 1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard SSPC-SP6/NACE No.3. SSPC-SP7 / NACE 4 - Brush -Off Blast Cleaning: A Brush -Off Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, loose mill scale, loose rust, and v. 7.2024 32 • • • • • loose paint. Tightly adherent mill scale, rust, and paint may remain on the surface. Mil scale, rust, and coating are considered adherent if they cannot be removed by lifting with a dull putty knife. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP 1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard SSPC-SP7/NACE No.4. SSPC-SP10 / NACE 2 - Near -White Blast Cleaning: A Near White Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except for staining. Staining shall be limited to no more than 5 percent of each square inch of surface area and may consist of light shadows, slight streaks, or minor discoloration caused by stains of rust, stains of mill scale, or stains of previously applied paint. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP 1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard SSPCSP10/ NACE No.2. SSPC-SP11 - Power Tool Cleaning to Bare Metal: Metallic surfaces that are prepared according to this specification, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxide corrosion products, and other foreign matter. Slight residues of rust and paint may be left in the lower portions of pits if the original surface is pitted. Prior to power tool surface preparation, remove visible deposits of oil or grease by any of the methods specified in SSPC -SP 1, Solvent Cleaning, or other agreed upon methods. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.11. SSPC-SP12 / NACE 5 - Surface Preparation and Cleaning of Metals by Waterjetting Prior to Recoating: High- and Ultra -High Pressure Water Jetting for Steel and Other Hard Materials This standard provides requirements for the use of high- and ultra-high pressure water jetting to achieve various degrees of surface cleanliness. This standard is limited in scope to the use of water only, without the addition of solid particles in the stream. For complete instructions, refer to Joint Surface Preparation Standard SSPC-SP12/NACE No.5. SSPC-SP13 / NACE 6 or ICRI 03732 - Surface Preparation of Concrete: This standard gives requirements for surface preparation of concrete by mechanical, chemical, or thermal methods prior to the application of bonded protective coating or lining systems. The requirements of this standard are applicable to all types of cementitious surfaces including cast -in-place concrete floors and walls, precast slabs, masonry walls and shotcrete surfaces. An acceptable prepared concrete surface should be free of contaminants, laitance, loosely adhering concrete, and dust, and should provide a dry, sound, uniform substrate suitable for the application of protective coating or lining systems. Depending upon the desired finish and system, a block filler may be required. For complete instructions, refer to Joint Surface Preparation Standard SSPC-SP13/NACE No.6 or ICRI 03732 SSPC-SP14 / NACE 8 — Industrial Blast Cleaning: This standard gives requirements for industrial blast cleaning of unpainted or painted steel surfaces by the use of abrasives. This joint standard allows defined quantities of mill scale and/or old coating to remain on the surface. An industrial blast cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dust, and dirt. Traces of tightly adherent mill scale, rust, and coating residue are permitted to remain on 10% of each unit area of the surface. The traces of mill scale, rust, and coating shall be considered tightly adherent if they cannot be lifted with a dull putty knife. Shadows, streaks, and discolorations caused by stains of rust, stains of mill scale, and stains of previously applied coating may be present on the remainder of the surface. SSPC-SP16 Brush -Off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, • and Non -Ferrous Metals: This standard covers the requirements for brush-off blast cleaning of uncoated v. 7.2024 33 or coated metal surfaces other than carbon steel by the use of abrasives. These requirements include visual verification of the end condition of the surface and materials and procedures necessary to achieve and verify the end condition. A brush-off blast cleaned non-ferrous metal surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, metal oxides (corrosion products), and other foreign matter. Intact, tightly adherent coating is permitted to remain. A coating is considered tightly adherent if it cannot be removed by lifting with a dull putty knife. High- and Ultra -High Pressure Water Jetting for Steel and Other Hard Materials: SSPC-SP WJ-1/NACE WJ-1: Clean to Bare Substrate (WJ-1) is intended to be similar to the degree of surface cleanliness of SSPC-SP 5/NACE 1, except that stains are permitted to remain on the surface. This standard is used when the objec-tive is to remove every trace of rust and other corrosion products, coating and mill scale. SSPC-SP WJ-2/NACE WJ-2: Very Thorough Cleaning (WJ-2) is intended to be similar to the degree of surface cleanliness of SSPC-SP 10/NACE 2, except that tightly adherent material, rather than only stains, is permitted to remain on the surface. This standard is used when the objec-tive is to remove almost all rust and other corrosion products, coating, and mill scale. SSPC-SP WJ-3/NACE WJ-3: Thorough Cleaning (WJ-3) is intended to be similar to the degree of surface cleanliness of SSPC-SP 10/NACE 2, except that tightly adherent material, rather than only stains, is permitted to remain on the surface. This standard is used when the objective is to remove much of the rust and other corrosion products, coating, and mil scale, leaving tightly adherent thin films. SSPC-SP WJ-4/NACE WJ-4: Light Cleaning (WJ-4) is intended to be similar to the degree of surface cleanli-ness of SSPC- SP 10/NACE 2, except that tightly adherent material, rather than only stains, is permitted to remain on the surface. This standard is used when the objective is to allow as much of the tightly adherent rust and other corro-sion products, coating, and mill scale to remain as possible, Discoloration of the surface may be present. Water Blasting NACE Standard RP -01-72: Removal of oil grease dirt, loose rust, loose milt scale, and loose paint by water at pressures of 2,000 to 2,500 psi at a flow of 4 to 14 gallons per minute. Stucco S -W 22 :Must be clean and free of any loose stucco. If recommended procedures for applying stucco are followed, and normal drying conditions prevail, the surface may be painted in 30 days. The pH of the surface should be between 6 and 9. Wood—Exterior – S -W 23: Must be clean and dry. Prime and paint as soon as possible. Knots and pitch streaks must be scraped, sanded, and spot primed before a full priming coat is applied. Patch all nail holes and imperfections with a wood filler or putty and sand smooth. Caulk should be applied after priming. Wood—Interior – S -W 24: All finishing lumber and flooring must be stored in dry, warm rooms to prevent absorption of moisture, shrinkage, and roughening of the wood. All surfaces must be sanded smooth, with the grain, never across it. Surface blemishes must be corrected and the area cleaned of dust before coating. Vinyl Siding, Architectural Plastics, PVC & Fiberglass: – S -W 24: Clean the surface thoroughly by scrubbing with warm, soapy water. Rinse thoroughly, prime with appropriate white primer. Do not paint vinyl with any color darker than the original color. Do not paint vinyl with a color having a Light Reflective Value (LRV) of less than 56 unless VinylSafe® Colors are used. If VinylSafe® Colors are not used and darker colors lower than an LRV of 56 are, the vinyl may warp. Follow all painting guidelines of the vinyl manufacturer when painting. Only paint properly installed vinyl siding. Deviating from the manufacturer's painting guidelines may cause the warranty to be voided. Previously Coated Surfaces – S -W 12: Maintenance painting will frequently not permit or require complete removal of all old coatings prior to repainting. However, all surface contamination such as oil, grease, loose paint, mill scale dirt, foreign matter, rust, mold, mildew, mortar, efflorescence, and sealers must be removed to assure sound bonding to the tightly adhering old paint. Glossy surfaces of old paint films must be clean and dull before repainting. Thorough washing with an abrasive cleanser will clean and dull in one operation, or, wash thoroughly and dull by sanding. Spot v. 7.2024 34 • • • • • prime any bare areas with an appropriate primer. Recognize that any surface preparation short of total removal of the old coating may compromise the service length of the system. Check for compatibility by applying a test patch of the recommended coating system, covering at least 2 to 3 square feet. Allow to dry one week before testing adhesion per ASTM D3359. If the coating system is incompatible, complete removal is required per ASTM D4259. Touch -Up, Maintenance and Repair For a protective coating system to provide maximum long-term protection, regularly scheduled maintenance is required. Maintenance includes inspection of painted areas, cleaning of surfaces to remove oils, chemicals, and other contaminants, and touch-up of areas where the coatings have been damaged. Highly corrosive areas, such as those subjected to frequent chemical spillage, corrosive fumes, and/or high abrasion or temperature areas should be inspected frequently — every six months, for example. Areas exposed to less severe conditions, such as interiors and exteriors of potable water tanks, may be inspected annually to assess the condition of the coating system. The SSPC-VIS 2, Standard Method for Evaluating Degree of Rusting on Painted Steel Surfaces, can be used as a guide to determine appropriate touch-up and repairs maintenance schedules. Touch-up would be suggested when the surface resembles Rust Grade 5-S (Spot Rusting), 6-G (General Rusting), or 6-P (Pinpoint Rusting). Surface preparation would generally consist of SSPC-SP2, SP3, SP11, or SP12. Overcoating a well protected, but aged steel surface showing no evidence of rusting, may be achieved by Low Pressure Water Cleaning per SSPC-SP12/WJ4, and applying an appropriate coating system. Full removal of the existing coating system by abrasive blasting would be recommended when the surface resembles Rust Grade 3-S (Spot Rusting), 4-G (General Rusting), or 4-P (Pinpoint Rusting). When the coating system has deteriorated to encompass approximately 33% of the surface area, it is always more economical to consider full removal and reapplication of the appropriate protective coating system. Mildew —Prior to attempting to remove mildew, it is always recommended to test any cleaner on a small, inconspicuous area prior to use. Bleach and bleaching type cleaners may damage or discolor existing paint films. Bleach alternative cleaning solutions may be advised. Mildew may be removed before painting by washing with a solution of 1 part liquid bleach and 3 parts water. Apply the solution and scrub the mildewed area. Allow the solution to remain on the surface for 10 minutes. Rinse thoroughly with water and allow the surface to dry before painting. Wear protective eyewear, waterproof gloves, and protective clothing. Quickly wash off any of the mixture that comes in contact with your skin. Do not add detergents or ammonia to the bleach/water solution. EXHIBIT 2 UNIT PRICE SUMMARY Monthly Summary Re: Project: Project #: Pay Application #: Through: v. 7.2024 35 v. 7.2024 Item Number Description Bid Quantity Previous Mo. Qty. Quantity This Month Total Qty. To Date Unit Price Total $ Submitted By: Approved By: EXHIBIT 3 PROJECT CLOSEOUT PROJECT CLOSEOUT PROCUREMENT REQUIREMENTS Project Name: BayCare Ballpark Structural Repairs 2024/2025 Date: No. Item Applicable Received 1. Building Department Acceptance: a. Final Inspection (Blue Card) B.O. b. Certificate of Occupancy B.O. 2. Punch List: 36 • • • • • v. 7.2024 A. Punch List Original B. Contractor's Letter of Completion G.C. c. Owner Acceptance Owner 3. Final Cleanup G.C. 4. Final Change Orders: a. Unit Price Adjustments G.C./et al b. Additional Work G.C./et al 5. Final Pay Application A.I.A. Forms (Less Retainage) G.C./et al 5. Request for Retainage: a. Contractor Submit G.C./EOR b. Owner Payment Owner 6. Letter of Subs Completion EOR/et al 7. Consent of Surety for Final Payment if G.C. Required 8. As-Builts 1 Closeout Documents G.C. 9. Waivers of Lien: a. Contractor G.C. b. Subcontractors G.C. c. Suppliers G.C. 10. Owner Audit: A. Pay Application Audit Owner B. "Notice to Owner" Audit Owner 11. Warranties: (Length of Warranties, Materials 1 Workmanship) a. Contractor G.C. List of Contractors, Subcontractors Address, Contact Person Contact Information: Company Name Contact Person Telephone Number1 Fax Number Cell Number 1 Email Address EXHIBIT 4 J. MCKINEY (SIKA) REPORT REGARDING CONDITION OF EXISTING MEMBRANES PLAN LIST SECTION IV - A SUBSECTION 0006 - PLAN LIST 37 BAYCARE BALLPARK STRUCTURAL REPAIRS (2024) PENNONI PROJECT NO. CLWRC24011 CITY OF CLEARWATER PURCHASE ORDER NO. 24000664-2 Sheet # Description SR -1 Cover Sheet SR -2 Suite Level SR -3 Suite Level Photos SR -4 Main Concourse SR -5 Main Concourse Photos SR -6 Lower Level Lower Level Photos Details Specifications Specifications SR -7 SR -8 SR -9A SR -9B SR -10 SR -11 SR -12 SR -13 SR -14 SR -15 SR -16 PRICING SHEET BAYCARE BALL PARK BASE BID Details Details Details Details Details Details Details Line Item Description Quantity Unit of Unit Cost Total Measure 1. General Conditions v. 7.2024 38 • • • • • • Line Item 1.a Description Permits Quantity 1 Unit of Measure LS Unit Cost Total 1.b Supervision 1 LS 1.c Tools, Equip, Etc 1 LS 1.d Survey Quantities 1 LS 1.e Contractor Supplied Roll Off 1 LS 1. f Shoring for Column C14,C23,C38 (Detail 13) 1 LS 2. Demolition 2.a Dispose of Materials 1 LS 2.b Dust Control 1 LS 2.c Water Tests At 20 Leaks (P1, P5,P53, P54, P55, P56, P75, P76, P77, P78, P85, PX4, PX15, PX16, PX17, PX18, PX19, PX20, PX21, PX22) 20 EA 3. Concrete Repairs 3.a Deck Spalls (P33, etc) 20 CF 3.b Colummn Spalls (P74, P84, PX12, PX22, PX25) 25 CF 3.c Wall Spalls (P70, Etc.) 20 CF 3.d Crack Repair Epoxy Injection (P66, P67, P71 -P73, etc) 200 LF 3.e Crack Repair Epoxy Injection Gravity Feed (P14, P15, P21, P25, etc) 200 LF 3.f Exposed Rebar 10 EA 3.g Fill Concrete HOles (p22 -P24) 3 EA 3.h XP4 Anodes 30 EA v. 7.2024 39 Line Item Description Quantity Unit of Unit Cost Total Measure 4. Repairs to Finish Surfaces 4.a Crack Repair W/ Sealant (P11, P14, P15, etc) 200 LF 4.b Repair @ 20 Leaks (P1, P5, P53, P54, P55, P56, P75, P76, P77, P78, P85, PX4, PX15, PX16, PX17, PX18, PX19, PX20, PX21, PX22) $2,500 ea for a total of $50,000 20 EA 4.c Batter's Eye Stairs Refinished (P12,P13) 1 LS 4.d Repair Sealant Joint @ Stair Stringer (PX8) 1 LS 5. Misc. Repairs 5.a Repair HR Post 50 EA 5.b Repair Stairs Behind Elevator (P4) 1 LS 5.c Provide Gate Hold Sleeves/Repair Concrete 14 EA 5.d Replace EJ End Cover Piece (PX6) 1 LS 6. Drainage Repairs © SW Corner of Stadium 6.a Replace/Repair Drain Boxes (P57- P59) 3 EA 6.b Provide Drain Lines to CB (P60, P61) 2 EA 6.c Replace Damage Sidewalk 1,000 SF 7. Painting 7.a Painting Rusted Rails, Brackets, etc. (P16 -P18, PZ52, P48, P79, P80, P82, P86, P87) 1 LS v. 7.2024 40 • • • • Line Item Description Quantity Unit of Unit Cost Total Measure 7.b Paint Touchup LS , 8. Addena see Section IVA 8.A Detail #1 -New Lintel @ Ramp 1 LS 8.b Detail #2-Resecure Nosings 10 EA 8.c Detail #3- Tuck Point Joint 1 LS 8.d Details #4, 2, 9, 10(3), 11, 12, 16, Leaks 8.d.1 Water Test @ Leaks 9 EA 8.d.2 Repair Leaks at $2,500 ea for a total 22,500 9 EA 8.e Detail #5-Rescure Nosings 10 LS 8.f Details #6, 7, 15, 19, 24, 33, 34, 35, 36, 37 8.f.1 Sealant Repairs @ Concrete Slab 300 LF 8.f.2 Concrete Repairs at Slab 30 CF 8.f.3 Epoxy Injection Repairs (PX12to PX25) 260 LF 8.g Detail #8 - Door Sill Replace 1 LS 8.h Detail # 13- Rail Extension 1 LS 8.i Detail #14 -Door Sill Replace 1 LS 8.j Detail #17- Vent the Room 1 LS 8.k Detail #18- Drain at Ramp 1 LS 8.1 Detail #20 -PP Paint Railings 30 EA 8.m Detail #21-WABO EJ Cover 3 EA 8.n Detail # 22 -Re -Caulk Fire Piping 1 LS 8.o Detail #23- Recoat Stair Levels 1 LS v. 7.2024 41 Line Item Description Quantity Unit of Unit Cost Total Measure 8.p Detail #25-Reapint Railing 1 LS 8.q Detail #26- Stabilize OH Signs 12 EA 8.r Detail # 27- Repaint Railing 1 LS 8.s Detail #28 -Caulk Walls (CS) 1 LS 8.t Detail #29- Caulk Walls (RR) 1 LS 8.0 Detail # 30- Fence Repairs 1 LS 8.v Detail # 31-Recoat Mnt FIR 1 LS 8.w Detail # 32 -Playground 1 LS 8.x Detail # 38- Rail Extension 1 LS 8.y Detail #39- OH Dr. Jamb Repaint 16 EA 8.z Detail # 40- Drain Extend at Ramp 1 LS 9. Cleanup and Demobilize 1 LS 10. P&P Bond 1 LS TOTAL CONTINGENCY & TOTAL Line Item 1 2 Description Base bid from table above Contingency 10% of base bid Quantity Unit of Unit Cost Total Measure 1 1 LS LS TOTAL ALTERNATES v. 7.2024 42 • • • • • • Line Item 1. Description Repair slab at water getting into Home Clubhouse Hallway by Half Field (p63, P64) two locations Quantity 2 Unit of Measure LS Unit Cost Total 1.a New aluminum/Fabric canopies over doors (2 locations) 2 LS 2 Repair at water ponding adjacent to the stairs at the half field (P65) 1 LS 3 Spider cracking/pitted slabs at various locations along concourse (P38,P41) 200 SF 4 Recoat (with MS1500) at 3 concession floors (P22 -P24, 42):Home Plate, Pizza Stand, Right Field 3 LS 5 Top Coat (with MS2500 Quartz Coat) at 4 Bathroom Floors (P8, P9, P10, P43, P44) Home Plate (MMI), Right Field (MMI) with 4" high cove base 4 LS 6 Repair concrete cracks at grade (P11,P51, P52) 100 LF 7 EIFS repairs to include painting at various locations (P48) 100 SF 8.a Water Test at 5 additional Teaks (PY1 thru PY12) 5 EA 8.b Repairs at 5 additional leaks (PY1 thru PY12) 5 at $2500 ea for total of $12,500 1 Is TOTAL SUBMITTAL REQUIREMENTS 1 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? v. 7.2024 43 ❑ Yes ❑ No *Response required When equals "Yes" Certified Business Type* Pick one of the following Select all that apply ❑ Certified Small Business ❑ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification *Response required 2 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent's offer, or in response to a public records request under Florida's public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. v. 7.2024 44 • • • • • • G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ❑ Please confirm *Response required 3 E -Verify System Certificattion* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E -VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E -Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E -Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ❑ Please confirm *Response required v. 7.2024 45 4 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED COMPANIES AND B... *Response required 5 Compliance with Anti -Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance with 787.06 form... *Response required 6 Section V - Contract Documents* Please download the below documents, complete, and upload. • Section V - Contract Docume... *Response required 7 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 46 • • • • • • SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND 1 CONTRACT 4 CONSENT OF SURETY TO FINAL PAYMENT 8 PROPOSAL/BID BOND 9 A}'F'IDAVIT 10 NON -COLLUSION Ail Fn)AVIT 11 PROPOSAL 12 CITY OF.CLEARWATER ADDENDUM SHEET 14 BIDDER'S PROPOSAL 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM 22 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM 23 SECTION V Page i Updated: 7/9/2025 SECTION V — Contract Documents Bond No.: B98800033527 PUBLIC CONSTRUCTION BOND (1) This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, "Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph." CONTRACTOR Concrete Protection & Restoration LLC Principal Name 601 NE 44TH St SURETY OWNER American Southern Insurance Company Principal Name P.O. Box 723030 Oakland Park, MD 33334 Atlanta, GA 31139 Principal Business Address Principal Business Address 305-389-3591 (404) 266-9599 Principal Phone Number Principal Phone Number City of Clearwater Parks and Recreation PO Box 4748 Clearwater FL 33758-4748 (727) 562-4750 PROJECT NAME: 2025 Baycare Ballpark Structural Repairs PROJECT NO.: 25 -0022 -PR PROJECT DESCRIPTION: The project includes repair items from 2024 (not completed due to hurricane Milton) and 2025 as follows: I. 2024: Misc. Concrete Repairs, Various leaks, EJ joint Cover at Diamond Outfitters, Rusted Railing Posts, Replace Trench Covers, Batter's Eye Stairs Refinished, Re -painting of Rusted Railings, Replace Gate Sleeves, Replace Drain Boxes at SW Corner, Provide Drain Extensions at SW Corner, Alternates as noted herein. All as noted on the P&S dated 5/30/25. II. 2025: Phillies List of Repairs (2025) Addenda #2, items 1 thru 41 as shown on sheet SR -2. See Section IVA BY THIS BOND, We, Concrete Protection & Restoration LLC as Contractor, and American Southern Insurance Company , a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $965,818.00 for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated , between Contractor and Owner for construction • of Baycare Ballpark Structural Repairs the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions SECTION V Page 1 of 23 Updated: 7/9/2025 • • • SECTION V — Contract Documents to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as :maybe made in said Plansand Specifications as therein provided for), at the times and in the manner prescribed in the contract; and 2. : Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor,,materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V Page 2 of 21 Updated: 7/9/2025 • • • SECTION V— Contract Documents Bond No.: B98800033527 PUBLIC CONSTRUCTION BOND (2) Pays Owner all :losses, damages,_ expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise, it remains in full force. 6. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes do not affect Surety's obligation under this bond, 'and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY.WIIEREOF, witness the hands and seals of the parties hereto this 2nd October 20 25 (If sole Ownership or Partnership, two (2) Witnesses are required). (If Corporation, Secretary only will attest and affix seal). WITNESS: Corporate Secretary or Witness Print Name: (affix corporate seal) `,,4!41 ,,,,,, ,.%`RN NSU,Q''' POR • �'L SEAL clo = v . 1936 •. �kA• • N S AS,,�`'N Concrete Protection & Restoration, By: Title: Print Name: WITNESS: day of Print Name: Trnanc'c— Ile csye.0 American Southern Insurance Company (Corporate Surety) By: ATTOY-IN-FACT Print Name: Leonard E. Callahan (affix corporate seal) (Power of Attorney must be attached) SECTION V Page 3 of 21 Updated: 7/9/2025 ti a Corporate Office: eiggorro3ss)_- AMERICAN SOUTHERN INSURANCE COMPANY 3716 Northside Pkwy $TE4-1300 Atlanta, Georgia 30327 Domicile: 200 S.W. 301" Street Topeka, Kansas 66611 GENERAL POWER OF ATTORNEY Know all men by these Presents, that the American Southern Insurance Company had made, constituted and appointed, and by these presents does make, constitute and appoint Leonard E. Callahan of Timonium, Maryland, EACH as Its true and lawful attorney fpr it and its name, place and stead to execute on behalf of the said company, as surety, —bonds, undertakings,and-contracts.of.suretyshipAo.be-given.to,all-obligees.pr.Quilled-that.nalcond_ocundertaking.or. contract of suretyship executed under thls authority shall not exceed an amount In the sum of $1,000,000 (One Million U.S Dollars). This Power of Attorney is granted and Is signed and sealed by facsimile under and by the authority of the following Resolution adapted pursuant to due authorization by the Executive Committee of the Board of Directors of the American Southern !neurone° Company On the 20th day of May, 1296: RESQLVER, that the Chairman, President or any Vice President of the Company be, and that each or any of them hereby le, autherixed to execute Powers of Attomey qualifying the attorney named in the given Power of Attorney to execute in behalf of the American Southern Insurance Company bonds, undertakings and all contracts of suretyship; and that any Secrtetary ar any Assiatent Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of iAttorney, end to attach thereto the seal of the Company. FURTHER RESOLVEP, that the signature of such effieers and the seal of the Company tray be affixed to any such •Power Of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures ar facsimile seal shall be valid and binding upon the Company when so affixed and in the future, with respect to any bond undertaking or contract of suretyship to which it is attached. In Witness Whereof, the Amerlaen Southern insuranoe.Company has caused its official seal to be hereto affixed, and these prestents to be signed by its President and attested by its Secretary this 7th day of April, 2017. Attest: ,�``, tsThl /Ns,.7' ,,`' Arrtarlcan southern Insurance Company Pt7 m —: SEAL Meltania A, Co plea, Cor bte Seoreh < : ' Scott G. Tho :song pr=esident STAT; OF OW .AiA Q. ' 1935 O0t,1NTY OF FU,It.TAN dy. on this Tth day of April, 2.17. before me personally came 4134%;). Thompson to me known, who being by mo duly sworn, did depose and say 141 he resides in Atlanta, in the Qounty of rotten, State of 4eorgia, at 421 tiollydele Cahn; that he Is the President of American Southern Insurance company, the corporation described in and which mho* the above Instrument; that he Knows the seal or the said corporation; that the seal affixed 10 the aa;d inatnmtent Ia such oprporate seal; that It waste NI fiat he signed his name thereto pursuant to due authorization, S1,,„tr 4rf Feto ..f {STATE OF GEORQIA NOTARY 5EAL<) Vi' NOTARY PUB1,1C • letheti Sell Notary Public, State of Georgia My Commission Expires Moroh 12, 2025 1, the undersigned, a Vice President oA *OS rice Company. a Kansas Corporation. DO HEREBY CERTIFY ;hal the foregoing and attached Power of Attorney remains I mill at been revoked; and, furthermore, that the Resolution of the Executive Committee or the Board or Directors set forth in the powe f 7kf tbfney is now in force. Signed and seated et the City of Atlanta, State of Qeorgia, dated the Number: 9 4 4 7 5 Jerry tJndervood Vice President - Surety • • SECTION V — Contract Documents CONTRACT (1) This CONTRACT made and entered into this s1Dday of DC -o6 -e , 201,# by and between the City of Clearwater., :!'Florida, a municipal.:: corporation, hereinafter designated as the "City", and Concrete Protection & Restoration I.I;C 01 , of the City of Oakland Park County of Broward "' and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] This CONTRACT made and entered into this _ day of , 20_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and , a/an (State) Corporation authorized to do business in the State of Florida, of the City of County of and State of , hereinafter designated as the "Contractor". WITNESSETH: .That the parties to this contract each in consideration of the undertakings, promises and agreements on the • :: part of the other herein contained, do hereby undertake, promise, and agree as follows: : The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2025 Baycare Ballpark Structural Repairs PROJECT NO.: 25 -0022 -PR in the amount of $965,818.00 .In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which:will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, :. . then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V Page 4 of 21 Updated: 7/9/2025 • • • SECTION V — Contract Documents CONTRACT (2) !:--.THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME :THE DEFENSE OF : ANY LEGAL ACTION WHICH MAY BE BROUGHT 'r AGAINST THE CITY' AS A•RESULT'OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF . THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, • s STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The - aforesaid provision . shall include, :.but . not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other • forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub -contractors for standard commercial supplies or raw materials. It is mutuallyagreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 Der day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the . work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but ::.is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own • • . expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. • If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V Page 5 of 21 Updated: 7/9/2025 • SECTION V—Contract Documents CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF :THE CONTRACTOR HAS s, QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING .TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, City Clerk, at Rosemarie.Ca11Qmyclearwater.com, 727-562-4092, 600 Cleveland St., 6th Floor, Clearwater, FL 33756. The contractor's agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter "public agency") to perform the service beim provided by the contractor hereunder. • b) Upon request from the public agency's custodian of public records, provide the public agency • ci with a copy of the requested records or allow the records to be inspected or copied within a ,, ::; • : reasonable time at a cost that does not exceed the cost provided for in Chapter 1191 Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) .Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) ,Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon • completion of the contract, the contractor shall destroy any duplicate public records that are . :.: :.:• exempt or confidential and exempt from public records disclosure requirements. If the f , contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored • electronically must be provided to the public agency, upon request from the public agency's custodian of public records. in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. Thecourt determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V Page 6 of 21 Updated: 7/9/2025 • • • SECTION V — Contract Documents CONTRACT (4) 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. ti).: iA notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public :41:i. agency or to the contractor's registered agent. Such notices must be sent by common carrier :: delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shinning paid by the sender and with evidence of delivery, which may be in an electronic format. j) A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. • IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS CO FLORIDA By:(SEAL) , Je 'irr� City Manager Countersigned: By: Attest: Rosemarie Call City Clerk Ap r• as to form: Contractor must indicate whether: s/ Corporation, Partnership, Jeno' • i pson Seni • Assistant City Attorney Company, or Concrete Protection & Restoration, LLC Individual (Contractor) '0)S--Q__(sEAL) By: Print Name: Mac e.\ K. ot\o1\t.1 Title: C E o The person signing shall, in his awn handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation— provide Affidavit. SECTION V Page 7 of 21 Updated: 7/9/2025 • • • SECTION V Contract Documents CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: ;City of Clearwater )i, PROJECT NAME: 2025 Baycare Ballpark Structural Repairs Parks and Recreation PROJECT NO.: 25 -0022 -PR Clearwater, FL 33756 BOND NO.: recorded in O.R. Book rhq, • ;Page F.:41, of the Public Records of Pinellas County, Florida. CONTRACTOR: Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: Vigkl414 Vaadressl SURETY, on bond of fthi:Ri:iier164/0;itiiietoel rteLd-Oggi 'mai:kr:al CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Parks and Recreation PO Box 4748 Clearwater, FL 33758-4748, OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this day of Attest: (Seal): (Surety) (Signature of authorized representative) (Printed name and title) SECTION V Page 8 of 21 Updated: 7/9/2025 • OHUB August 15, 2025 City of Clearwater 100 South Myrtle Avenue Clearwater, FL 33756 RE: Concrete Protection and Restoration, LLC Project: Baycare Ball Park Structural Repairs To Whom it May Concern: HUB International Mid -Atlantic, Inc. The Surety Bond Specialists 11350 McCormick Road Executive Plaza #4, Suite 301 Hunt Valley, MD 21031 p: (410) 453-0925 f: (410) 453-0928 hu binternationa I.com • Concrete Protection & Restoration, LLC is in good standing with their bonding company, Atlantic Specialty Insurance Company who has an AM Best rating of A+ (Superior). In the event that Concrete Protection & Restoration, LLC should be awarded a contract for the above-named project, and accepts the award, their surety company anticipates no problem in providing the 100% Performance and Payment bonds as required by the contract specifications. Naturally, all final bonds are subject to underwriting conditions that exist at the time the bond is requested. Atlantic Specialty Insurance Company Leonard E. Callahan, Attorney -in -Fact • \ .. ��Y INSG% '' cQGGpRPORgTF 920 _c: SEAL •mi 1-- 1986 o • • • SECTION V — Contract Documents PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, Concrete Protection and Restoration. LLC as Contractor, and Atlantic Specialty Insurance Company as Surety, whose address is 605 Highway 169 North, suite 800 Plymouth, MN 55441 , are held and firmly bound unto the City of Clearwater, Florida, in the sum of Ten Percent of bid amount Dollars ($ 10% of bid ) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of Concrete Protection and Restoration, LLC as Contractor, and Atlantic Specialty Insurance Company as Surety, for work specified as: Baycare Ball Park Structural Repairs all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: x Corporation, Partnership, Signed this 15th it. OAP ORAF9?\ i: c/,SEAL .m= 1986 01 %YZb .NFW yOPI _ D�' b } Company, or Individual day of August Concrete Protection and Restoration, LLC 20 25 Contractor By: CLc Title Atlantic Specialty Insurance Company rety Leonard E. Callahan, Attorney -in -Fact The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation — provide Affidavit. SECTION V Page 8 of 16 Updated: 6/3/2024 intact • INSURANCE Power of Attorney KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Bryan Johnson, Deborah Hill, Leonard E. Callahan, Michele Obetz-Moore, Steven T. Johnson, each individually if there be more than one named, its true and lawful Attorney -in -Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the President, any Senior Vice President or Vice -President (each an "Authorized Officer") may execute for and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory hi the nature thereof, and affix the seal of the Company thereto; and that the Authorized Officer may appoint and authorize an Attorney -in -Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto; and that the Authorized Officer may at any time remove any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in - Fact. Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney -in -Fact is hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney -in -Fact for purposes only of executing and sealing any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. el: WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company be affixed this first day of January, 2023. INg' r \P� v • 9 /I45' pPPORgpF9n: 10. SEAL `m= 1986 0 = By STATE OF MINNESOTA 2d tiFK, Yoe'E. a3: HENNEPIN COUNTY * ), .,.• On this first day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me duly sworn, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. Sarah A. Kolar, Vice President and General Counsel ALISON D. NASH—TROUT NOTARY PUBLIC - MINNESOTA My Commission Expires January 31, 2030 .444 - Notary Public I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolutions set forth above are now in force. Signed and sealed. Dated 15th day of August 2025 This Power of Attorney expires January 31, 2030 Please direct bond verifications to suretyEintactinsnrance.corn Kara L.B. Barrow, Secretary SECTION V — Contract Documents • AFFIDAVIT (To be filled in and executed if the bidder is a corporation) • • STATE OF FLORIDA COUNTY OF Broward ) Brian Greenbaum , being duly sworn, deposes and says that he/she is Secretary of Concrete Protection & Restoration, LLC a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its principal office at: 601 NE 44th Street (Street & Number) Oakland Park Broward FL (City) (County) (State) Affiant further says that he is familiar with the records, minute books and by-laws of Concrete Protection & Restoration, LLC (Name of Corporation) Affiant further says that Michael K. O'Malley is CEO (Officer's Name) (Title) of the corporation, is duly authorized to sign the Proposal for 25 -0022 -PR Baycare Ball Park Structural Repairs or said corporation by virtue of N/A (state whether a provision of by 1 laws or a Resolution of Board of Directors. If by Resolution f d to of adoption). Sworn to before me this 1 .. day of Affiant I'fU 'obi Notary Public State of Florida Stephanie Gtbdele klatisastrella ISI My Commission HH 617676 Expires 12/3/2028 1,20'LS . Notafy1 ublic Se hani e Gabriela Mcias-sreUa Typ&print/stamp name of Notary min Title or rank, and Serial No., if any SECTION V Page 9 of 16 Updated: 6/3/2024 • • • SECTION V — Contract Documents NON -COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF Broward ) Michael K. O'Malley being, first duly sworn, deposes and says that he is CEO of Concrete Protection & Restoration, LLC , the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive or sham: that said bidder is not financially interested in or otherwise affiliated in a business way with any other bidder on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidders or person, to put in a sham bid or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any other bidder, or to secure any advantage against the City of Clearwater, Florida, or any person or persons interested in the proposed contract; and that all statements contained in said proposal or bid are true; and further, that such bidder has not directly or indirectly submitted this bid, or the contents thereof, or divulged information or data relative thereto to any association or to any member or agent thereof. Sworn to and subscribed before me this 14 day of AucC ,),j } ' SECTION V ,201. Notary Pu 4 Notary Public State of Florida I 1 My Commission HH 617676 j 1 Expires 12/3/2028 Page 10 of 16 Updated: 6/3/2024 • • • SECTION V — Contract Documents NON -COLLUSION .AFFIDAVIT STATE OF FLORIDA ). COUNTY OF B.TOW and . Michael K. O. Mal y being, first duly sworn,. deposes .and says that he is CEO of Concrete protection &'Restoration, LLC the party making the foregoing Proposal or Bid; that such Bid is genuine- and not collusive or sham: that said bidder is not financially interested in 01 otherwise affiliated in a business way with any other bidder on the same contract; that.said bidder has net colluded, conspired, connived, or agreed, directly of indirectly, with any bidders or. person, to put in a sham bid or that such other person shall refrain from bidding,, and has not in any manner, directly or :indirectly; sought by agt.eement' or :Collusion, Or communication or conference,, with any person, to fix the bid price or affiant or any :other bidder, or to 'fix any overlhead,proft or, cost.element:of said bidprice, or that ofany other bidder, or secure,anyadvantage againstthe•City of Clearwater, :Florida, or any person or persons interested in the proposed. contract; and that all stateiuents contained in said. proposal 01 lid are true; andfurther, that :such bidder has, not directly or indirectly submitted: this bid,, or the contents/thereof; or divulgedinforrnation:or datarelative thereto ,to any association of .to any member or agent tliereof, rant. Sworn to and subscribed before me this 14 day of U • US } ,:20_; 'Notary Pu NotaryPublic State of Florida � SIFt!AW�taGAeUt#FIhFEFUeti I My.Commliston .FHFr617676 11 Expires; 12/3/2026 "_r►_._�_ SECTION V Page 11 of 21 Updated: 6/3/2024 • • SECTION V — Contract Documents PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2025 Baycare Ballpark Structural Repairs and doing such other work incidental thereto, all in accordance with the contract documents, marked 2025 Baycare Ballpark Structural Repairs Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. • The signer of _the :Proposal,: as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted; he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the :work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: < If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute -a satisfactory contract as stated in the Advertisement herein attached, then the City may, at . its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. SECTION V Page 12 of 21 Updated: 7/9/2025 • • SECTION V — Contract Documents PROPOSAL (2) Attached hereto is a bond or certified check on N/A Bank, for the sum of (being a minimum of 10% of Contractor's total bid amount). The full names and residences of all persons and parties interested in the foregoing bid are as follows: (If corporation, give the names and addresses of the President and Secretary. If a firm or partnership, the names and addresses of the members or partners. The Bidder shall list not only his name but also the name of any person with whom bidder has any type of agreement whereby such person's improvements, enrichment, employment or possible benefit, whether sub -contractor, materialman, agent, supplier, or employer is contingent upon the award of the contract to the bidder). NAMES: ADDRESSES: Michael K. O'Malley (CEO) 601 NE 44th Street, Oakland Park, FL 33334 Don Caple (Vice President) 601 NE 44th Street, Oakland Park, FL 33334 Brian Greenbaum (Secretary/Treasurer) 601 NE 44th Street, Oakland Park, FL 33334 Signature of Bidder: The person signing shall, in his own handwriting, sign the Principal's name, his own name and his title. Where the person signing for a corporation is other than the President or Vice President, he must, by affidavit, show his authority, t`aind the corporation Principal: BY: IA, APc..? ` c7'7A...N.-1 Title: C4.7:(1, Company Legal Name: Concrete Protection & Restoration, LLC Doing Business As (if different than above): Business Address of Bidder: 601 NE 44th Street, Oakland Park, FL 33334 City and State: Oakland Park, FL Zip Code 33334 Phone: (954) 505- 3977 Email Address: fdefigueiredo@concretecpr.com Dated at , this 14th day of August , A.D., 20 25 SECTION V Page 12 of 16 Updated: 6/3/2024 • • SECTION V — Contract Documents CITY OF CLEARWATER ADDENDUM SHEET PROJECT: 25 -00022 -PR Acknowledgment is hereby made of the following addenda received since issuance of Plans and Specifications. SECTION V Addendum No. 1 Date: 06/27/2025 Addendum No. 2 Date: 07/09/2025 Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Concrete Protection & Restoration, LLC (Name of Bidde Signature of Officer CEO (Title of Officer) August 14, 2025 (Date) Page 13 of 16 Updated: 6/3/2024 • • • SECTION V — Contract Documents BIDDER'S PROPOSAL PROJECT: 2025 Baycare Ballpark Structural Repairs CONTRACTOR: Concrete Protection & Restoration, LLC BIDDER'S GRAND TOTAL: $ 968,041.00 (Numbers) BIDDER'S GRAND TOTAL: Nine hundred sixty-eight thousand forty-one dollars and 00/100 cents. (Words) SECTION V Page 15 of 23 Updated: 7/9/2025 Concrete Protection & Restoration, LLC 1. General Conditions 1.a Permits 1 LS $0.00 $0.00 1.b Supervision 1 LS $120,000.00 $120,000.00 1.c Tools, Equip, Etc 1 LS $20,000.00 $20,000.00 1.d Survey Quantities 1 LS $2,500.00 $2,500.00 1.e Contractor Supplied Roll Off 1 LS $6,000.00 $6,000.00 1. f Shoring for Column C14,C23,C38 (Detail 13) 1 LS $3,000.00 $3,000.00 2. Demolition 2.a Dispose of Materials 1 LS $1,000.00 $1,000.00 2.b Dust Control 1 LS $2,500.00 $2,500.00 SECTION V Page 15 of 23 Updated: 7/9/2025 • • • SECTION V — Contract Documents 2.c Water Tests At 20 Leaks (P1, P5,P53, P54, P55, P56, P75, P76, P77, P78, P85, PX4, PX15, PX16, PX17, PX18, PX19, PX20, PX21, PX22) 20 EA $1,000.00 $20,000.00 3. Concrete Repairs 3.a Deck Spalls (P33, etc) 20 CF $420.00 $8,400.00 3.b Colummn Spalls (P74, P84, PX12, PX22, PX25) 25 CF $600.00 $15,000.00 3.c Wall Spalls (P70, Etc.) 20 CF $600.00 $12,000.00 3.d Crack Repair Epoxy Injection (P66, P67, P71 - P73, etc) 200 LF $80.00 $16,000.00 3.e Crack Repair Epoxy Injection Gravity Feed (P14, P15, P21, P25, etc) 200 LF $55.00 $11,000.00 3.f Exposed Rebar 10 EA $150.00 $1,500.00 3.g Fill Concrete HOles (p22 -P24) 3 EA $100.00 $300.00 3.h XP4 Anodes 30 EA $115.00 $3,450.00 4. Repairs to Finish Surfaces 4.a Crack Repair W/ Sealant (P11, P14, P15, etc) 200 LF $10.00 $2,000.00 SECTION V Page 16 of 23 Updated: 7/9/2025 • • SECTION V — Contract Documents 4.b Repair @ 20 Leaks (P1, P5, P53, P54, P55, P56, P75, P76, P77, P78, P85, PX4, PX15, PX16, PX17, PX18, PX19, PX20, PX21, PX22) $2,500 ea for a total of $50,000 20 EA $2,500.00 $50,000.00 4.c Batter's Eye Stairs Refinished (P12,P13) 1 LS $15,000.00 $15,000.00 4.d Repair Sealant Joint @ Stair Stringer (PX8) 1 LS $700.00 $700.00 5. Misc. Repairs 5.a Repair HR Post 50 EA $100.00 $5,000.00 5.b Repair Stairs Behind Elevator (P4) 1 LS $3,500.00 $3,500.00 5.c Provide Gate Hold Sleeves/Repair Concrete 14 EA $250.00 $3,500.00 5.d Replace EJ End Cover Piece (PX6) 1 LS $4,000.00 $4,000.00 6. Drainage Repairs @ SW Corner of Stadium 6.a Replace/Repair Drain Boxes (P57 - P59) 3 EA $5,000.00 $15,000.00 6.b Provide Drain Lines to CB (P6O,P61) 2 EA $10,000.00 $20,000.00 6.c Replace Damage Sidewalk 1000 SF $35.00 $35,000.00 7. Painting SECTION V Page 17 of 23 Updated: 7/9/2025 • • • SECTION V — Contract Documents 7.a Painting Rusted Rails, Brackets, etc. (P16 -P18, PZ52, P48, P79, P80, P82, P86, P87) 1 LS $18,000.00 $18,000.00 7.b Paint Touchup 1 LS $3,200.00 $3,200.00 8. Addena see Section IVA 8.A Detail #1 -New Lintel @ Ramp 1 LS $15,000.00 $15,000.00 8.b Detail #2- Resecure Nosings 10 EA $100.00 $1,000.00 8.c Detail #3- Tuck Point Joint 1 LS $400.00 $400.00 8.d Details #4, 2, 9, 10(3), 11, 12, 16, Leaks 8.d.1 Water Test @ Leaks 9 EA $1,000.00 $9,000.00 8.d.2 Repair Leaks at $2,500 ea for a total 22,500 9 EA $2,500.00 $22,500.00 8.e Detail #5-Rescure Nosings 10 LS $100.00 $1,000.00 8.f Details #6, 7, 15, 19, 24, 33, 34, 35, 36, 37 8.f.1 Sealant Repairs @ Concrete Slab 300 LF $10.00 $3,000.00 8.f.2 Concrete Repairs at Slab 30 CF $420.00 $12,600.00 8.f.3 Epoxy Injection Repairs (PX12to PX25) 260 LF $95.00 $24,700.00 8.g Detail #8 - Door Sill Replace 1 LS $2,200.00 $2,200.00 8.h Detail # 13- Rail Extension 1 LS $2,500.00 $2,500.00 SECTION V Page 18 of 23 Updated: 7/9/2025 • SECTION V — Contract Documents 8.i Detail #14 -Door Sill Replace 1 LS $500.00 $500.00 8.j Detail #17- Vent the Room 1 LS $1,500.00 $1,500.00 8.k Detail #18- Drain at Ramp 1 LS $12,000.00 $12,000.00 8.1 Detail #20 -PP Paint Railings 30 EA $75.00 $2,250.00 8.m Detail #21-WABO EJ Cover 3 EA $3,600.00 $10,800.00 8.n Detail # 22 -Re - Caulk Fire Piping 1 LS $0.00 $0.00 8.o Detail #23- Recoat Stair Levels 1 LS $10,800.00 $10,800.00 8.p Detail #25- Reapint Railing 1 LS $18,900.00 $18,900.00 8.q Detail #26- Stabilize OH Signs 12 EA $500.00 $6,000.00 8.r Detail # 27- Repaint Railing 1 LS $5,600.00 $5,600.00 8.s Detail #28 -Caulk Walls (CS) 1 LS $3,440.00 $3,440.00 8.t Detail #29- Caulk Walls (RR) 1 LS $3,000.00 $3,000.00 8.0 Detail # 30- Fence Repairs 1 LS $8,000.00 $8,000.00 8.v Detail # 31- Recoat Mnt FIR 1 LS $3,750.00 $3,750.00 8.w Detail # 32- Playground 1 LS $110,000.00 $110,000.00 8.x Detail # 38- Rail Extension 1 LS $3,600.00 $3,600.00 8.y Detail #39- OH Dr. Jamb Repaint 16 EA $325.00 $5,200.00 8.z Detail # 40- Drain Extend at Ramp 1 LS $3,500.00 $3,500.00 9 Cleanup and Demobilize 1 LS $12,000.00 $12,000.00 10 P&P Bond 1 LS $10,990.00 $10,990.00 Total $743,280.00 SECTION V Page 19 of 23 Updated: 7/9/2025 • • • SECTION V — Contract Documents SECTION V Page 20 of 23 Updated: 7/9/2025 1 Repair slab at water getting into Home Clubhouse Hallway by Half Field (p63, P64) two locations 2 LS $7,500.00 $15,000.00 1.a New aluminum/Fabric canopies over doors (2 locations) 2 LS $10,000.00 $20,000.00 2 Repair at water ponding adjacent to the stairs at the half field (P65) 1 LS $2,200.00 $2,200.00 3 Spider cracking/pitted slabs at various locations along concourse (P38,P41) 200 SF $16.00 $3,200.00 4 Recoat (with MS1500) at 3 concession floors (P22 -P24, 42):Home Plate, Pizza Stand, Right Field 3 LS $6,670.00 $20,010.00 5 Top Coat (with MS2500 Quartz Coat) at 4 Bathroom Floors (P8, P9, P10, P43, P44) Home Plate (M/W), Right Field (M/W) with 4" high cove base 4 LS $14,950.00 $59,800.00 6 Repair concrete cracks at grade (P11,P51, P52) 100 LF $10.00 $1,000.00 SECTION V Page 20 of 23 Updated: 7/9/2025 • • • SECTION V — Contract Documents 7 EIFS repairs to include painting at various locations (P48) 100 SF $95.00 $9,500.00 8.a Water Test at 5 additional leaks (PY1 thru PY12) 5 EA $1,000.00 $5,000.00 8.b Repairs at 5 additional leaks (PY1 thru PY12) 5 at $2500 ea for total of $12,500 1 Is $12,500.00 $12,500.00 P&P Bond 1 Ls $2,223.00 $2,22.00 Total $150,433.00 1 Base bid from table above #1 1 LS $743,280.00 $743,280.00 Base bid from table above #2 $148,210.00 2 Contingency 10% of base bid 1 LS $74,328.00 $74,328.00 Total $968,041.00 THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. SECTION V Page 21 of 23 Updated: 7/9/2025 • • • Compliance with Anti -Human Trafficking Laws Pursuant to Section 787.06 (13), Florida Statutes, this form must be completed by an officer or representative of a non-governmental entity when a contract is executed, renewed, or extended between the non-governmental entity and the City of Clearwater. The undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes. The undersigned is authorized to execute this form on behalf of Entity. Date: August 14 , 20 25 Signed: Entity: Concrete Protection & Restoration, LLC Name/ Michael K. O'Malley Title: CEO • Compliance with Anti -Human Trafficking Laws Pursuant to Section 787.06. (13), Florida 8tatutes, this' form must be completed by an officer or representative of a non-governmental entity when a contract is executed, renewed, or extended between the non-governmental entity and the City of Clearwatei-. The undersigned', on behalf of the ;entity listed below ("Entity"), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Stetutes: The undersigned .is authorized to execute ,this forrh on behalf of Entity.. Dpte:LIglost 14 .20.25 Signed: Entity: 'PjnOtee,PrcOctiolt,h_iRjtaii�, LLC Nam - Michael K. O'Mall6y Title: CEO • Notary Public State of Florida I 1 Siphons Oafish Ystiu•EsUsIY I My Commission NH 817676 I Expires 12/3/2028 • SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. "Boycott Israel" or "boycott of Israel" means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli -controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. Authorized Signature Michael K. O'Malley Printed Name CEO Title Concrete Protection & Restoration, LLC Name of Entity/Corporation STATE OF Florida COUNTY OF Broward The foregoing instrument was acknowledged before me by means of /physical presence or D online notarization on, this 14th day of August , 20 25 , by IAiChaeI Y., dMctile`i (name of person whose signature is being notarized) as the C Q (tile) of CCnCrc4C ptoketk(c ) Resinatforl,LLC (name of corporation/entity), personallvhnown ,/ , or produced (type of identification) as identification, and who did/did not take an oath. /fr My Commission Expires: I2/0DhO"2- NOTARY SEAL ABOVE Notary Public S e — e Mai GLS' -- ES re I I o Print d Name of • • • SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activit - in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or enaged in bu s o.erations in a and Syria. STATE OF Florida COUNTY OF Broward Authorized Signature Michael K. O'Malley Printed Name CEO Title Concrete Protection & Restoration, LLC Name of Entity/Corporation The foregoing instrument was acknowledged before me by means of 'physical presence or ❑ online notarization on, this 14th day of August , 20 25 , by iciic eI h- QQ' Acti1(?'( (name of person whose signature is being notarized) as the c,E U (title) of ConcfCi p(triec,+'<c 5k rq oA, LIC (name of corporation/entity), personally known 5tYbr produced (type of identification) as identification, and who did/did not take an oath. .. Notary Public State of Florida I SWAM. Gelds Mstiss-EstrelI My Commission MN 617676 Expires 1213/2028 My Commission Expires: 2 03) 2O' NOTARY SEAL ABOVE NSefy Public s haf i� Gabriel0. Minas -ES+relics Print d Name • ,. 9 Form as (Rov.•Noveniber2011) Department of the Treasury.. Internal Revenue Service Request for Taxpayer Identification Number :and Certification , . - Go to ivtw,.irs.gov/ForW9 for instructions and the latest information. Give Form to the: requester. Do not sand to the IRS. • Print or:type. See Specific. Instructions on page•S. 1 Name (as shown on your Income tax return).;Nameis required on this line; do,notleave'thls line blank. Concrete Protection -and Restoration, LLC 2- Business name/disregarded entity name, if different from above CP&R, 3 Check appropriate box for•federsiiax classification of the person whose name Is entered on line 1. Check only one of the • folfdwing'seven boxes. ■ Indlvidual/soloproprletof or • C Corporation a $ Corporation II Partnership U Trust/estate single=member LLC: • 4 Exemptions(codes .apply only to 'certain entities; not individuals; see instructions. on page 3): Exempt payee code of any) Umited,liability company. Enter the,tax classification (C=C corporation; S=S corporation, P=Partnershlp) ► S Note: Check the appropriate box In the line above for:the tax: classification of .the single -member owner. Do not check LLC If the LLC Is 'classified as a single -member LLC that's disregarded from the owner unless the'owner of the•LLC:Is LLC that Is disregarded from the -owner, for U.S. federal tax OtherwisdiasIngle,member LLC that Exemption from FATCA reporting code (if any) another not purposes: Is disregarded-from:the•owner should.checkahe.appropriate:box for the fax classification of Its owner: ■ Other(see instructions)0- 7Mn5eTro accounhaulnlakRdouuida DieUS) 5 Address (number, slreet,.and apt: or suite no.) See instructions: 601 NE 44th Street' Requester's name and address(optional) 6 City; state,:and ZIP code' Oakland Park, FL 33334 7-, List eccount.number(s) here_(opuonel) Part I Taxpayer' Identification Number(TIN)' Enter your TIN in the appropriate box.,The TIN,provided must match the: name givenon line 1 to avoid Social secu ity number backup.withholding For individuals,;thisisgenerailyyour•socialsecurity.number(SSN) However,for.a resident alien, sole proprietor, or disregarded entlty seethe instructions.forPart I, later For other entities it is vour.emnlover,identification number tEINt. If you do not.have a number..see Now to net a — — TIN, later. Note: If the account. Is in moreihan one name, see the instructions for line.l: Also see What Name and Number. To Glire the; Requesterfor guldelines on whose number to _enter. or Employer Identification number 8 1 3: 9' 9 0 0 2 2' Part II Certification. Under penalties. of perjury„I:cerlify that 1. The.n•umber •shown -on form Is my correct taxpayer Identification nu•mber (or I am waiting for; a number to be issued to me); and -2: tam not, subject to backup withholding because( (a) I am exempt from backup withholding;- or (b),I have.not•.beep notified- by. the. Internal Revenue :Service -(IRS) that I -am subjectio backup withholding.as'a result Of failureto report all Interestor di4ldends;.or (c) the IRS has 'notified nte,that I am : rio.ionger subject to:backtip withholding; and '3. i am -a U.S. citizen.; or otherU.Srperson (defined below);and; -4. The FATCAcode(s) enteredon this'form (if any) Indicating that 1 am exempt'from FATCAreporting is correct: .Certification instructions- You; must cross out item 2 above if you have. been' notified try the IRSthat you are. currentlyaubject-to backup withholding because you have failed to•reportell interest and dividends on yourtax'retum. For real estate transectionkitem 2 does not apply. For mortgage interest paid,. • acquisition or ebandonmentof secured property; cancellation of debt, contributions to andividual retirement arrangement. (IRA),:and generally, payments other than interest and:dividends, you•are not required to sign the cedilication, but youn.imust provide your correct TIN.See the instructions; for Part II, liter. Sign' sweaters of Here, u.s,.person► General Instructions Section'refererices are to'tiie Internal Revenue Code unless otherwise noted.' Future developments For the latest Information about, developments related to Form W-9'and its Instructions such as legislation enacted after theywere.published,.go to www irs.gov/FoimW9. Purpose of Form .An individual or entity (Form' requester) who -Is required to file:an information return vith the IRS must -obtain your correct,taxpayer identification number (TIN) which may be• your social securitynumber (SSN), -individual. taxpayer Identification •number tiTIN),-adoption. taxpayer Identlfication number (ATIN),bremployer Identification number (EIN), to report -on an tritermation return the amount paid -to -you, or other amount repoitableon:aninformation-return,.i=xamples;of: information returns include, but are.not limited to,.the following. • Form 1099 -INT (interest earned ori paid) Date► b /oq( S •:Form 1099=21y (dividends, including those from stocks or mutual. funds) •Form 1099-MISC (various types.of Income, prizes,; awards, or gross proceeds) •Form 1099-B (stock or mutual fund sales and •certain other transactions by brokers). •.Form 1099=S.(proceeds from real:estate transactions) -•-Form 1099-K(merchant card and third• party •'Form 1098;(liome mortgage Interest), 1098-E (student loan-, '1093-T (tuition) • Form'109970•(cenceled "debt)' • Form '1099-A(acquisition or abandonment of secured property) Use. Form W-9 only if you area U:3. person Wlu,ding a resident mien), to: provide your correct'TIN: If you go not return Form W-9 to the requester with; a TIN, you might he Object .16 backup' withholding. See: What; Is backup withholding, later. 'Oct. No40231 X Form W-9 (Rev: 11-201:7) • • ogpst ;15, 2025 City of Clearwater 100 South Myrtle Avenue Clearwater, FL 33756: Concrete Protection an RestoratiOn, (LC Project:. Baycare Ball P;arkStructural Repairs, 'TO Whom it May Cortp6riAt HUB International Mid:AtIptI, Inc, The Surety Bond Specialists McCorn*K Roa0 Executive Plaza #4, Spite 301 Hunt Valley, MD 21031. p: (410) 453-0925 f; ,a10) 453-0928 fl'ol?IntemaiJOOkorn COncrete Protection -80.,ReStoraticin, LLC. is in good StandingWiththeir boridingc0rnpany, Atlantic -Specialty Iritbrance Company Who has an AM Best rating of A+ (Superior). In-theevent that Concrete Protection 8tBestoration,ILC should be awarded a contract for the 'above-named project, and accepts the award, their surety. cernPany.nticipates110 problem In prpvidipg.tlie1.0(YkPerfOrnsianeganO-Ppyrrient bonds. as Tqqulreid by ttig.:Poritractg3PoOloatiOns., NattiraJly; fin al hands are subject to ti nd e rwritingc-on d Worts that Ma at the time:the bond. is.requested'.. .AtlanticspeeWty Insurance Company Leon:pot :-,-...ta.ilahari,...Attorhoy-in-ct.: [intact] .INSURANCE Power of Attorney KNOW ALL MEN BY THESE PRESENTS,.that ATLANTIC,SPECIALTY INSURANCE COMPANY, a New York corporation with its principal officeln Plymouth. Minnesota ; does hereby constitute and appoint: 'Bryan Johnson;Deboralt Hill Leonard.E. Callahan, Michele Obetz-Mooi-e, 'Steven T.'JoliSon; each individually if there bemore than onanamed, its true and lawful Attorney-inrFact, :to make, execute, seal and deliver, for and an its behalf as surety, any and all brindS, recognitarites,,centracts of' indemnity, and all other'weitings obligatory in Me nature thefeof;;proVided that nObbiid Ondenakingeirecuted under this authority shall exceed in:amount- the,itinnif: unliti titedandriferniennticin of such bancli;:rectiirrizanceS;tarttraCti Ofinclemnity; and other writings obligatory inthenathrethereolin pursuance of these presents, shall be. es binding upon said CornPaity as if they had been fully signed by ekarithbrized officer of the Company and sealed with the Company seal This Power of :Attotneyis made and executed by *haft, of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of Septernher;.2012; Resolved: That the PreSident, any Senior Vice President or Vice -President (each an !Authorized Officer") may execute for and in behalf of Me. Company any and all bends, recagnizances, contracts o f indemnity, and all other writingsobligatory in the nature thereof and affix the seal of the Company thereto; and that the Authorized Officer niay appoint and authorize an -Attorney -An -Feet o execute.onbehelf of the Company any and all such Instruments and to affix the company. seal thereto; and that the Authorized.Officer may -at anytime remayeany such Attorney*Fact and revoke all power and authority givento any such Attorney;in- Fact: Resolved : That the Attorney -in -Fact may be given full power and authority -to execute for and in the rianie and on behalf of the Company any and all bends, recognizances; contracts of indemnity, and all other writings obligatory in the nature thereof, and anysuch instrument executed by any-SuCh-Attoiney-in-FaUt; shall be as binding upon the Company as If 'signed and seeled-bY en:Anthotized Officer add& further,' the Attoiney-in-FaCt Is lierebyantlicirized to Verify any affidavit required to be.attaChedlobondsi,tecognizencei,Contractsnf indemnity and all other ivritingsnbligatory in the rianiretheretif. Thi power of anotney pdsealed !?y, fAqiinile under:the authority of diefoliowing gesolittiOnAnnted.by the Board.ofbirectorsof.ATLANTICOPECIALV INSIIANcE.00MPANY.o&the twenty4ifth day OfSepientber, Resolved i That the Signature of anAitthOriied OffiCetithe signature tif the Secretary or the Assistant Secretary, and the Company seal may be affixed by faesinriletnany power of attricheyaf toanycertifiCaterelating thereto appointing an Attomey-in-Fact for purposes only of exeeptingand sealing -any bond, undertaking; recognizance or othenWrinen obligation in the nature (hereof and any such signatureand seal where so used, being hereby „adopted by the Company' as the original signature of such officer and the original seal of the Company tole valid and hindinguporithe!COmpaOY with the same force and effect as though manually affixed: IN WITNESS WHEREOF; ATLANTIC tpgptAtty IN8UMNPEOMPANY hascatised these presents tob_e.signed bylm AuMorizetlOificer anti the seal of the company to be affixed this first day 'January, 2023. I of SEAL ',Jilt. 9 8 6 :'I STATE OF MINNESOTA HENNEPIN COUNTY BY Sarah A..Kolar; ViCe, president end General Counsel Onlhis lira( day' Of JanuarY;2023, before me'personally camelSarahiA. Kolar, vice Presideritaird General Cdunsel of ATLANTIC INSURANCE7CCIMPANY, in inepettoilally known to be the individual and officer 'described 'di:did who executed the precedinginstrument and she acknowledged the execution of the Sante, and being by nie duly sWorri, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding-lriStriunent is the seal of said Company.and, that the sairl'seal and the signature as such officer:was duly affixed and subscribed to the said instrument by the,audtprity and it the direction of the ComPany. 'ALISON D. NASH-TROUT NOTAFiYPUBL16- MINNESOTA MyComrnlsslon Expires :January 31, 2030 Notary Public 1, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, aNeW York_COrporaticin, cio bereby Certify' that theloregoing-power Of attorney is in full force and has not been revoked; and the resolutions set forth above are now in force. Signed end sealed, 'Bated ;1501 day of 'August, ThisPower ofAilarney expires Januaty 31;2030 Please direct bond verifications to lutelyainiisilgazncespn Kira LB. BitraW, SecreialY.