Loading...
PSA with Custom Controls Technology, Inc. ,R0 /6 - ,460 ) PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CUSTOM CONTROLS TECHNOLOGY, INC. FOR STANDARDIZATION OF VARIABLE FREQUENCY DRIVES IN THE CITY'S PUMP STATIONS, PURSUANT TO REQUEST FOR PROPOSALS (RFP) 2016-148-ND This Professional Services Agreement ("Agreement") is entered into this I day of lntJ , 2017, between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 ("City"), and CUSTOM CONTROLS TECHNOLOGY, INC., a Florida Co_rporation whose address is 2230 West 77 Street, Hialeah, FL 33016 (Consultant). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Consultant, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Consultant performed or undertaken pursuant to the Agreement. Fee(s): Amount paid to the Consultant as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach Request For Proposals (RFP) No. 2016-148-ND for Standardization of Variable Frequency Drives in the City's Pump Stations, together with all amendments thereto, issued by the City in contemplation of this Agreement Request For Proposals, and the Consultant's proposal in response thereto (Proposal), all of which are hereby incorporated and made a part hereof; provided, however, that in the event of any conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the Request For Proposals (RFP); and the Proposal. 1 Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139: telephone number (305) 673-7000, Ext. 6435: and fax number (305) 673-7023. SECTION 2 SCOPE OF SERVICES AND ADDITIONAL SERVICES (SERVICES) 2.1 In consideration of the Fee to be paid to Consultant by the City, Consultant shall perform the work and services described in Exhibit "A" hereto and in accordance with all specifications, clarifications, terms or requirements set forth in (i) the RFP, including but not limited to Appendix C thereto; (ii) Addendum 3 of the RFP and exhibits thereto; and (iii) Tab 3 and 4 of the Consultant's Proposal; and including any work that may be ancillary or necessary for completion thereof(collectively, all of the foregoing shall be referred to as the "Services"). 2.2 It is hereby agreed and understood that the City, through the approval of the Department Director (for additional Work/Services up to $50,000) or the City Manager (for additional Work/Services greater than $50,000), may require additional work and/or services to be added to the Contract by executing a Consultant Service Order (CSO), which are required to complete the work. Any Consultant Service Order not executed in accordance herewith shall be null and void. When additional work and/or services are required to be added to the Contract, the Consultant, as applicable to the work and or services being requested under this contract, may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the Consultant through a Consultant Service Order (CSO), as provided in Exhibit B of this agreement. Consultant's work and/or services and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in the Consultant Service Order. Consultant Service Orders must include a detailed list of tasks, sub-tasks, and deliverables (Collectively the Scope) that are consistent with the work and services described in Appendix "C" of the RFQ, including any addenda issued by the City, Tab 3 and 4 of the Consultant's response to the RFP; and as detailed in Exhibit "A" hereto including any work that may be ancillary or necessary for completion thereof(the Services). A Purchase Order (or Change Order if Purchase Order already exists) must be created and issued for each Consultant Service Order (CSO). The Purchase Order must reflect the corresponding Consultant Service Order Number. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the Consultant, or for other reasons at the City's discretion. 2.3 Consultant shall only commence any work, services, additional services, or portions thereof, upon issuance of a written notice to proceed executed by the project manager. SECTION 3 TERM The term of this Agreement (Term) shall commence upon execution of this Agreement by all parties hereto, and shall have an initial term of five (5) years, with one renewal option for a 2 term of five (5) years, to be exercised at the City Manager's sole option and discretion, by providing Consultant with written notice of same no less than thirty (30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein, Consultant shall adhere to any specific timelines, schedules, dates, and/or performance milestones for completion and delivery of the Services with an emphasis on Infrastructure Division's priority and at the discretion of the City. SECTION 4 FEE 4.1 In consideration of the Services to be provided, Consultant shall be compensated based on the unit pricing and fees set forth in Tab 5 of the Consultant's Response to the RFQ (Proposal), Revised Appendix D Proposal Tender Form for Group A through C, as applicable. 4.4 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within thirty (30) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable Division Finance Department City of Miami Beach 1700 Convention Center Drive, 3rd Floor Miami Beach, FL 33139 Invoices not containing a Purchase Order Number (PO No.), or containing an incorrect Purchase Order Number (PO No.) shall be deemed not acceptable and shall be considered rejected. SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Consultant shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Consultant of its violation of the particular term(s) of this Agreement, and shall grant Consultant ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Consultant. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. 3 Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against Consultant. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF SUCH NOTICE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONSULTANT SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Consultant agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its officers, employees, agents, contractors, or any other person or entity acting under Consultant's control or supervision, in connection with, related to, or as a result of the Consultant's performance of the Services pursuant to this Agreement. To that extent, the Consultant shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1%) of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 4 yr 6.2 INSURANCE REQUIREMENTS The Consultant shall maintain and carry in full force during the Term, the following insurance: 1. Comprehensive General Liability (occurrence form), limits of liability $1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications); 2. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included; 3. Workers Compensation & Employers Liability, as required pursuant to Florida Statutes; and The insurance must be furnished by insurance companies authorized to do business in the State of Florida. All insurance policies must be issued by companies rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All of Consultant's certificates shall contain endorsements providing that written notice shall be given to the City at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. The insurance certificates for General Liability and Professional Liability shall include the City as an additional insured and shall contain a waiver of subrogation endorsement. Original certificates of insurance must be submitted to the City's Risk Manager for approval (prior to any work and/or services commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the Consultant specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. The Consultant is also solely responsible for obtaining and submitting all insurance certificates for any sub-consultants. Compliance with the foregoing requirements shall not relieve the Consultant of the liabilities and obligations under this Section or under any other portion of this Agreement. The Consultant shall not commence any work and or services pursuant to this Agreement until all insurance required under this Section has been obtained and such insurance has been approved by the City's Risk Manager. SECTION 7 LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By j / • 5 1� entering into this Agreement, Consultant and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of $10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 [INTENTIONALLY DELETED] SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Consultant, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Consultant shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. 10.2 [INTENTIONALLY DELETETD] 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING Consultant shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment (unless approved) shall be void. 6 �/ • 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Consultant shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NONDISCRIMINATION Consultant hereby agrees to comply with City of Miami Beach Human Rights Ordinance, as codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, or public services, on the basis of actual or perceived race, color, national origin, religion, sex, intersexuality, sexual orientation, gender identity, familial and marital status, age, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, political affiliation, or disability. 10.6 CONFLICT OF INTEREST The Consultant herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code, and as may be amended from time to time; and by the City of Miami Beach Charter and Code (as some may be amended from time to time); both of which are incorporated by reference herein as if fully set forth herein. The Consultant covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. The Consultant further covenants that in the performance of this Agreement, Consultant shall not knowingly employ any person having such interest. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising there from. SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the Consultant and the City listed below or may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: Custom Controls Technology, Inc. 2230 West 77 Street Hialeah, FL 33016 Attn: Gerardo Gallo TO CITY: City Manager's Office 7 City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Attn: Jimmy L. Morales, City Manager With a Copy to: Public Works Department City of Miami Beach 451 Dade Boulevard Miami Beach, FL 33139 Attn: Thomas Pfiester, Water& Sewer Superintendent Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the day on which personally served, or the day of receipt by either U.S. certified mail or overnight delivery. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The City and Consultant agree that this is the entire Agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 12.4 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. Records made or received in 8 ii' connection with this Agreement are public records under Florida law, as defined in Section 119.011(12), Florida Statutes. (B) Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of"contractor" as defined in Section 119.0701(1)(a), the Consultant shall: (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City 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 in Chapter 119, Florida Statutes or as otherwise provided by law; (3) Ensure that 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 Agreement if the Consultant does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. (C) REQUEST FOR RECORDS; NONCOMPLIANCE.— (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2) Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. (3) A contractor who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (D) CIVIL ACTION.— (1) If a civil action is filed against Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorney fees, if: a. The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. /� // 9 � • (2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant'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 shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) 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. (E) IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADOna.MIAMIBEACHFL.GOV PHONE: 305-673-7411 [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 10 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: B y: / a . Cit Clef' Mayor Date: I� l Date: -.1NCORP\ 1 cn/_=, FOR CONSULTANT: CUSTOM CONTROLS TECHNOLOGY, INC. ATTEST: Secreta President ��5�.�i7ao C,r,ol.LO SSE/.C.4 6'.401.4o4seA T Print Name Print Name I Title Date: 07e-Ol7 Date: t/r/0/7 APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION City Attorney Ita Date 11 EXHIBIT A—SCOPE OF SERVICE AND DELIVERABLES o Scope and Specifications: 1. The size and quantity of the primary required equipment is identified in Appendix D, Cost Proposal Form. The Consultant shall be responsible for furnishing and installing (inclusive of all costs, including supplemental parts and supplies) the equipment identified in Appendix D. Consultant is responsible for visiting each pump station identified in Appendix D to become familiar with the existing conditions that may impact the installation of the equipment. 2. All proposed equipment shall be equivalent to the Allen Bradley, Powerflex, Series 750 Drives. All drives range between 30 -350 horse power (hp) and are either 6-pulse or 18- pulse drives. The 18-pulse being 125hp and above and the 6-pulse being everything below 125hp. Of the fifty (50) total drives, six (6) have already been upgraded to Allen-Bradley, Powerflex, 750 series drives utilizing the existing transformers and equipment. a) Each VFD unit shall be coordinated with the requirements of the driven equipment. Contractor shall be responsible for matching the motor and the VFD. Load requirements, torque, horsepower, and speed range of VFDs shall be coordinated with and meet or exceed that of the driven equipment. 3. Prior to engaging in the systematic replacement of these VFDs, the City wishes to standardize on the equipment used throughout its pumping stations in order to facilitate maintenance and repairs, and future replacements. All connections, programming, and networking, power monitoring, labor etc. must be included in the pricing (this is a turnkey project). 4. The replacement drives must be compatible with the existing motors, transformers, power monitoring, programs, program logic controllers (PLC), Supervisory Control and Data Acquisition (SCADA), and any other of the City's equipment pertinent to the drive replacements. In addition, they must reasonably match the factory mounting installation in the existing motor control center (MCC) cabinetry without any major modifications including cooling and air movement to insure drive reliability. 5. All work is to be performed by trained and certified personnel. The City reserves the right to request qualifications of each personnel to be assigned to the project and may reject any personnel deemed to not be qualified. 6. Costs submitted for each item shall include all equipment, all connections to new or existing equipment, labor to install, disposal of replaced equipment and all other items necessary to upgrade the pump stations in accordance with the requirements of this RFP. 7. Equipment and materials shall meet or exceed the applicable requirements of the following standards, specifications, and codes (latest edition): Institute of Electrical and Electronics Engineers (IEEE) IEEE 519 Recommended Practice and Requirements for Harmonic Control in Electric Power Systems 12 IEEE C62.41.1 Guide on the Surge Environment in Low-Voltage (1000 V and Less) AC Power Circuits IEEE C62.41.2 Recommended Practice on Characterization of Surges in Low- Voltage (1000 V and Less) AC Power Circuits National Electrical Manufacturers Association (NEMA) NEMA 250 Enclosures for Electrical Equipment (1000 Volts Maximum) NEMA AB 1 Molded Case Circuit Breakers and Molded Case Switches NEMA ICS 1 Standard for Industrial Control and Systems: General Requirements NEMA ICS 4 Terminal Blocks NEMA ICS 5 Industrial Control Systems, Control Circuit and Pilot Devices NEMA ICS 6 Enclosures NEMA ICS 7 Adjustable Speed Drives National Fire Protectioh Association (NFPA) NFPA 70 National Electrical Code Underwriters Laboratories (UL) UL 50 Standard for Enclosures for Electrical Equipment, Non- environmental Considerations UL 50E Standard for Enclosures for Electrical Equipment, Environmental Considerations UL 489 Standard for Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-Breaker Enclosures UL 508A Standard for Industrial Control Equipment UL 508C Standard for Power Conversion Equipment UL 1283 Standard for Electromagnetic Interference Filters 13 UL 61800-5-1 Standard for Adjustable Speed Electrical Power Drive Systems — Part 5-1: Safety Requirements — Electrical, Thermal and Energy 8. Acceptance of each installation will be the responsibility of the contractor. Each installation will be tested and verified by the contractor in the presence of a representative of the City of Miami Beach and will include but not be limited to: a) Checking all controls point to point (manual and auto operation). b) Testing each VFD with the auto-transfer switch and back-up generator power to insure it functions as intended. 9. A minimum of a one (1) year warranty from date of installation/acceptance shall be provided for each replacement drive at the time it is accepted, including 24/7 support from a factory certified technician able to be on-site within an 1 'A hour from the time of the call. If a drive is replaced, the warranty period will begin again. :• Service Requirements: 10. Service levels must include but not be limited to certified service technicians available twenty-four/seven (24/7), three hundred sixty-five 365 days/year within a fifty (50) mile radius of the City. A certified technician must be able to be "onsite" within one and one half (1 1/2) hours if the need would arise. Services will include but not be limited to preventative and corrective maintenance of the newly installed and the upgraded existing. 11. Parts. Parts shall be readily available. Replacement drives and parts shall be stocked within -a fifty (50) mile radius of the City. Larger drives and long lead items should be no more than a:five to ten (5 — 10) day lead time including weekends and/or holidays. Inventory by the manufacturer/vendor must be submitted as a part of the proposal package and will be used as a factor to qualify reliability. 12. Pricing for services will include a regular hourly rate and an after-hours/emergency rate through the terms of the contract, as referenced in the revised Appendix D for group C of the proposal. Regular working hours include Monday — Friday 8am — 5pm. After- hours/emergency rates include after hours Monday — Friday and weekends. :• Training: 13. Training will include but not be limited to: a) Two fully outfitted laptops with all the software needed to troubleshoot, communicate, and repair the proposed replacement drives that will be turned over to the City after the training. b) Eight (8) hours of classroom training and a minimum of two (2) four (4) hour field training sessions. (These hours may be proposed differently) :• Delivery Requirements: 14. Installation schedule to be negotiated with an emphasis on Infrastructure Division's priority. 14 15. Operation and maintenance manuals shall be provided. Manuals shall be completely indexed and include step-by-step procedures for the operation and maintenance of the VFD as installed. As a minimum, operation and maintenance manuals shall include: a) Design capabilities, operating parameters, and recommended ranges. b) Specification packets on all components in the unit. c) System schematic diagrams, block diagrams, interconnection diagrams, ladder diagrams, complete wiring diagrams, and enclosure drawings. d) Safety provisions and precautions, including protective equipment and clothing. e) Pre-energizing and energizing procedures. f) Maintenance procedures, including: preventive measures, inspection and cleaning, servicing, and testing. g) Troubleshooting. h) Complete replacement parts list, and list of recommended spare parts. i) Manufacturer warranties. j) Contact Information, including name, address, and telephone number of manufacturer and manufacturer's local service representative. k) Complete listing of VFD control settings and setpoints for all controller inputs. Contractor shall provide approved operations and maintenance manuals to the City at least 30 days prior to VFD startup and testing. 15 EXHIBIT B—CONSULTANT SERVICE ORDER FORMAT Service Order No. for TO: PROJECT NAME: DATE: SCOPE OF ADDITIONAL SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Key Personnel by task/subtask: Task/Sub-task Position Hours Hourly Total Fee Total Task/Sub-task Total Consultant Service Order Reimbursable Allowance-Not to Exceed(if applicable) • These services will be paid lump sum upon task completion. Consultant will receive Project Administrator approval prior to proceeding work on the next task. • The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. City's Project Administrator Date Custom Controls Technology, Inc. Date Director Date Title (for Custom Controls Technology, Inc.) City Manager (If over$50,000) Date 16 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM 0 RESOLUTION NO. 2016-29601 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2016-148-ND FOR STANDARDIZATION OF VARIABLE FREQUENCY DRIVES IN THE CITY'S PUMP STATIONS, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CUSTOM CONTROLS TECHNOLOGY, INC., AS THE FIRST TOP RANKED PROPOSER; FURTHER, SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUSTOM CONTROLS TECHNOLOGY, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH REXEL, INC., AS THE SECOND TOP RANKED PROPOSER; FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT, UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION; AND AUTHORIZING FUTURE PURCHASES OF ALLEN BRADLEY EQUIPMENT FOR SYSTEMS MAINTENANCE OR UPGRADES FOR THE CITY'S PUMP STATIONS, IN ACCORDANCE WITH SECTION 2-371 OF THE CITY CODE. WHEREAS, Request for Proposal (RFP) No. 2016-148-ND was issued on July 15, 2016, and had an opening date of August 23, 2016; and WHEREAS, a pre-proposal conference was held on July 29, 2016; and WHEREAS, on August 23, 2016, the City received a total of four (4) proposals from Custom Controls Technology, Inc., OM Electric, Inc., Rexel, Inc., and Siemens Industry, Inc.; and WHEREAS, the proposal from OM Electric, Inc. was deemed non-responsive for failure to meet the minimum requirements of the RFP and was not further evaluated; and WHEREAS, the Committee convened on September 6, 2016 to consider the three (3) proposals; and WHEREAS, the Committee was provided an overview of the project, information regarding the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, references and a copy of each proposal; and WHEREAS, the Committee was instructed to score and rank the proposals pursuant to the evaluation criteria established in the RFP; and WHEREAS, the Committee's rankings were as follows: (1) Custom Controls Technology, Inc. (1) Rexel, Inc.; and (3) Siemens Industry, Inc. WHEREAS, as noted above, the evaluation process resulted in a two-way tie between Custom Controls Technology, Inc. and Rexel, Inc. for the first place ranking; and • WHEREAS, in order to resolve the two-way tie for first rank, the City Manager reviewed the results of the evaluation process, the proposals of the top-ranked firms, and the factors set forth in Section 2-369 of the City Code; and WHEREAS, Custom Controls Technology, Inc. proposed completing the systematic replacement of the VFDs, including an annual cost for service and parts and equipment, at an annual cost of$1,140,503; and WHEREAS, Rexel, Inc. proposed the providing the same services for an annual cost of $1,250,393.89; and WHEREAS, based upon the cost differences in the proposals,.an award to Custom Controls Technology, Inc. would save the City $109,890.89 for the initial term of the contract; and WHEREAS, based on the foregoing, the City Manager recommends award to Custom Controls Technology, Inc.; and WHEREAS, should the Administration be unsuccessful in executing an agreement with Custom Controls Technology, Inc., the City Manager recommends and award to Rexel, Inc. based on the low aggregate totals received during the evaluation of proposals received; and WHEREAS, the RFP award is an important component of the City's continuing efforts to build and maintain the City's sewer and storm water infrastructure, by upgrading the City's existing pump stations to a consistent "across-the-board" standard that improves and simplifies maintenance and repairs of the City's various pump stations; and WHEREAS, through award of this RFP, which expressly contemplated the standardization of variable frequency drives in the City's pump stations, and Section 2-391 of the City Code, which allows materials, supplies, equipment and services to be standardized and subsequently procured via competitive negotiation, the City is hereby establishing a standard for the applicable pump systems that will expedite future maintenance upgrades and repairs, through purchases of the Allen Bradley equipment awarded through this RFP. WHEREAS, having selected the Allen Bradley equipment as the standard system for variable frequency drives in the City's pump stations, as stipulated in Section 2-391 of the City Code, the future purchase of system maintenance or upgrades for such systems will be made through negotiation, with the written approval of the City Manager. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and the City Commission hereby accept the recommendation of the City Manager to award, pursuant to Request for Proposals (RFP) No. 2016-418-ND for the standardization of variable frequency drives in the City's pump stations, and authorize the Administration to enter into negotiations with Custom Controls Technology, Inc., as the first top ranked proposer; further should the Administration not be successful in negotiating an agreement with Custom Controls Technology, Inc., authorize the Administration to enter into negotiations with Rexel, Inc., as the second top ranked proposer; further authorizing the Mayor and City Clerk to execute the agreement upon successful negotiations by the Administration; and authorizing future purchases of Allen Bradley Equipment for systems maintenance or upgrades for the City's pump stations, in accordance with Section 2-371 of the City Code. • PASSED AND ADOPTED this P9 day of Dc1vber 2016. //, ATTEST: ,A4 , ' 4..., . , / / Rafael . Gra ado, Ci ; Clzik Philip Levi fie,ti-,for , i- I i .P -.4.. \ Si, I ,'' 4,''� :INCORP ORAE ; &* 1 C 6 c- F:\PURL\S ALL\Solicitations\201612016-14f3-ND(RF•111Z11ltC loattreely s\03-Commission Docs\RFP 2016-148-ND Standardization of Variable Frequency Drives in the City's Pump Stations-Resolution.doc - - APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION c _:___I 10 - Ac-kli City Attorney p,ee Date Resolutions -C7 K MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 19, 2016 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2016-148- ND FOR STANDARDIZATION OF VARIABLE FREQUENCY DRIVES IN THE CITY'S PUMP STATIONS, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CUSTOM CONTROLS TECHNOLOGY, INC., AS THE FIRST TOP RANKED PROPOSER; FURTHER, SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUSTOM CONTROLS TECHNOLOGY, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH REXEL, INC., AS THE SECOND TOP RANKED PROPOSER; FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT, UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION; AND AUTHORIZING FUTURE PURCHASES OF ALLEN BRADLEY EQUIPMENT FOR SYSTEMS MAINTENANCE OR UPGRADES FOR THE CITY'S PUMP STATIONS, IN ACCORDANCE WITH SECTION 2-371 OF THE CITY CODE. RECOMMENDATION Approve the Resolution. ANALYSIS Presently the City of Miami Beach (the "City') owns and operates multiple water, storm water and sewer pumping stations throughout the City that utilize variable frequency drives (VFDs) to provide different pumping and boosting needs in order to deliver water to the City's stakeholders and convey sewage out of the City for treatment at Miami-Dade's wastewater facilities. These drives are now obsolete and availability for parts has become scarce causing the need for replacements to insure reliability to the City and its stakeholders. The City requested proposals from qualified providers that are either manufacturers or manufacturer authorized suppliers/installers of VFDs interested in negotiating with the City to develop a VFD standard for its water, storm water and sewer pump stations. These drives range between 30 -350 horse power (hp) and are either 6-pulse or 18-pulse drives. The 18-pulse being 125hp and above and the 6-pulse being everything below 125hp. Of the fifty (50) total Page 654 of 1614 drives, six (6) have already been upgraded to Allen-Bradley, Powerflex, 750 series drives utilizing the existing transformers and equipment. Additionally, through the RFP the City wishes to standardize the equipment used throughout its pumping stations in order to facilitate maintenance and repairs, and future replacements. RFP PROCESS On July 15, 2016, the RFP was issued, with an opening date of August 23, 2016. A mandatory site visit took place on July 25, 2016, and a mandatory pre-proposal conference to provide information to the proposers submitting a response was held on July 29, 2016. RFP responses were due and received on August 23, 2016. The City received a total of four(4) proposals from the following firms: Custom Controls Technology, Inc., OM Electric, Inc., Rexel, Inc., and Siemens Industry, Inc. The proposal from OM Electric, Inc. was deemed non-responsive for failure to meet the minimum requirements of the RFP and was not further evaluated. On August 17, 2016, the City Manager appointed the Evaluation Committee via LTC #342-2016. The Evaluation Committee (the "Committee")consisted of the following individuals: • Thomas Pfiester, Superintendent, Public Works -Water • Stanley Payne, Superintendent, Public Works — Storm Water • Rodolfo De La Torre, Superintendent, Public Works - Streets • Luis Soto, Civil Engineer III, Public Works - Engineering The Evaluation Committee convened on September 6, 2016, to consider proposals received. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP. The evaluation process resulted in the ranking of proposers as indicated in Attachment A. Custom Controls Technology, Inc. Custom Controls Technology is a custom control panel builder established in 1987 and has been the leading integrator and custom control panel shop in the South East region. They specialize in providing full services for design, fabrication, and integration of industrial control systems. . Custom Controls has previously replaced five (5)VFDs for the City of Miami Beach. To date the Public Works Department views its workmanship to be excellent. Rexel, Inc. Rexel is a distributor of electrical supplies and services serving industrial, commercial, and residential markets. Rexel operates in 38 countries, with a network of 2,200 braches, a distribution network of more than 40 banners and employs over 30,000 people. Rexel currently services the VFDs in the City. The Public Works Department has and continues to rely on the prompt and effective service provided by Rexel. Siemens Industry, Inc. Siemens is a global powerhouse in electrical engineering and electronics headquartered in Page 655 of 1614 Germany. With innovative and well integrated technologies the Process Industries and Drives Division of Siemens supports clients in continuously improving the reliability, safety, and efficiency of processes and plants. Around the world, Siemens provides drive technology, future-proof automation, industrial software, and services based on best-in- class technology platforms like Totally Integrated Automation (TIA)or Integrated Drive Systems (IDS). Siemens is the current provider of the HydroRanger 200s in the City. The Public Works Department views its workmanship to be acceptable. CONCLUSION As stated in Attachment A, the results of the Evaluation Committee review of proposals resulted in a tie for top ranking between Custom Controls Technology and Rexel. Staff finds that both firms are well qualified to complete the work and both are proposing equipment that complies with the specifications of the RFP. The most significant difference between the two proposals is that Custom Controls Technology provided a more cost-effective solution as compared to Rexel, amounting to approximately $109,981 in savings to the City. Based on the foregoing, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, authorize the Administration to negotiate an agreement with Custom Controls Technology for the standardization of the variable frequency drives used in the City's pump stations; and should the Administration be unsuccessful in negotiating an agreement with Custom Controls Technology; authorize the Administration to negotiate an agreement with Rexel; and further authorize the Mayor and City Clerk to execute the agreement upon successful negotiations by the Administration. It is important to note that the RFP award is an important piece in continuing to build and maintain the City's water, storm water and sewer infrastructure by upgrading the City's existing pump stations to a consistent standard that improves and simplifies maintenance and repairs. Through award of the RFP, pursuant to Section 2-391 of the City Code (which allows materials, supplies, equipment and services to be standardized), the City will now be establishing a standard for the applicable pump systems that will expedite future maintenance upgrades and purchases by limiting these upgrades and purchases to only the Allen Bradley equipment awarded through this RFP. As stipulated in Section 2-391 of the City Code, the future purchase of system maintenance or upgrades will be made through negotiation and approved by the City Manager. KEY INTENDED OUTCOMES SUPPORTED • Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. Grant Funding will not be utilized for this project. Legislative Tracking Public Works / Procurement Page 656 of 1614 ATTACHMENTS: Description ❑ Attachment A ❑ Resolution Page 657 of 1614 r ' M SiViOl 31VO2 OOV ° 0 MOl C Y N co C c3 CL 010S sing co rn 01 C - N CO C CO CL Jalsaud sewoyl 2 L6(0) 2 a C C▪ N ce) CO o rnO O ao O * T Z -O O CO 00 Z fy in co O IA= auAed AeiuelS N- (0 (0 o 0 0 U ,- N co r r- N I- O O O Eft 64 ER C 0 CL w TO O CO N O ti 1- C co N 0'3 I- C M N co C a) CO Er FO- a a E ° m C 7 cs) co (0 o 01 00 co el ea onopo2 a , e X o m > O c '- 0. 00 c _ c ✓ CL R d 7 u C cf) 2 0 u) N CO N O T G O C U) 4- U N C TO O U C C N tC i .V *' Co a a O > 'C 0 p C s c LL d N V O c cn N U ° c to O d U ° c u) ua. Ii �' ° C CO 0 o — c a o E o - ° ° C E a- O N *I a 2O . a) • N .� — •) C x d cn U x ,, u) cn U x cu c`4 = a) ax) d ° ° O q) 0 = a) a) cu > O I-- CC i7) > 0 I- CC cn 0 a 0 I- CC cn ATTACHMENT B REQUEST FOR PORPOSAL (RFP) AND ADDENDUMS • MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 REQUEST FOR PROPOSALS (RFP) NO. 2016-148-ND FOR THE STANDARDIZATION OF VARIABLE FREQUENCY DRIVES IN THE CITY'S PUMP STATIONS August 17, 2016 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISIONS 1. APPENDIX C: Minimum Requirements, Specifications & Special Conditions, Subsection C5.1. Term of Contract has been revised as follows: The service part of the contract does not begin until the end of the warranty period. The city anticipates an initial term of three(3)five (5) years. 2. APPENDIX C: Minimum Requirements, Specifications & Special Conditions, Subsection C5.2. Option to Renew has been revised as follows: The City anticipates tNo (2) one (1) optional one (1) five(5) year renewal terms, solely at the City Manager's discretion, 3. Appendix D, Cost Proposal Form revised and attached. THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL. 4. APPENDIX C: Minimum Requirements, Specifications & Special Conditions, Subsection C3.7.1 has been revised as follows: Equipment shall bear the appropriate labels and markings in accerdarace with above• tested i n certifies . - - - - *--. - - - - - -- - - -e *9e, - II. ATTACHMENTS. Exhibit A: Pre-Proposal and Site Visits Sign-in Sheets Exhibit B: Revised Cost Proposal Form Exhibit C: Drawings 1 III. RESPONSES TO QUESTIONS RECEIVED. Q#1: Are we to demolish the existing VFD and place a new one in its place? A#1: Yes, as stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.6, costs submitted for each item shall include all equipment, all connections to new or existing equipment, labor to install, disposal of replaced equipment and all other items necessary to upgrade the pump stations in accordance with the requirements of this RFP. Q#2: If we are only to retrofit the VFDs, are we to use the remainder of the existing drives such as DC Rectifiers; Phase Shifting Transformers; Pilot devices; Main Breakers etc.? A#2: Yes, as stipulated in Appendix C, Minimum Requirements, Specifications • & Special Conditions, C3.4, the replacement drives must be compatible with the existing motors, transformers, power monitoring, programs, program logic controllers (PLC), Supervisory Control and Data (SCADA), and any other of the existing equipment pertinent to the drive replacements. Q#3: How will the warranties be handled if existing "old parts" cause the failure of the new VFD? A#3: Proposer is only responsible for equipment it has installed. Q#4: Do we need to "Re-Certify under UL listing the VFD as a Package" as per _ _' - section C3.7.1? A#4: Please refer to Section I. Revisions, item 4. Q#5: If the UL listing will not be required, does the City require that the successful bidder be at least a licensed electrician in the State of Florida, as required by WASD? A#5: Yes, installer/contractor will need to be a Certified Electrical Contractor in the State of Florida. Q#6: What drawings are required? Is the City looking only for the added section or the entire system, which includes the existing components? A#6: Drawings will consist of the newly installed equipment and will identify connections to each existing appurtenance. Q#7: Is the contractor responsible for the PLC programming, changes and modifications? A#7: Yes, as stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.3, all connections, programming, and networking, power monitoring, labor etc. must be included in the pricing (this is a turnkey project). Q#8: Will the 50 miles radius be required for the contractor, the manufacturer of the VFD, or both? A#8: As stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C4.1 and C4.3, the service technician and parts need to be located within a fifty (50) mile radius of the City. 2 Q#9: According to C5.4, the City requires two laptops with all required programs. Will the City provide the existing PLC code fully documented for this purpose and the purpose of startup and modifications, if required after the new VFD implementation? A#9: The City will provide the two laptops. However, in order to purchase the adequate equipment, the successful proposer will need to provide specifications to connections and hardware, specific to troubleshooting and communicating with the proposed drives. Any software needed specific to the drives will need to be furnished by the successful proposer. Q#10: Can we add components or replace them to assure reliability and performance? A#10: Do not understand question. Q#11: Considering standardization. A) Is the bid open to other drive manufacturers? B) And what about the 6 existing retrofits done, are they staying if another manufacturer is accepted? C)What is the definition of equivalent? A#11: a) Yes, as stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.2, all proposed equipment shall be equivalent to the Allen Bradley, Powerflex, Series 750 Drives. b) Yes, if a contractor/vendor/manufacturer other than Allen Bradley is awarded, the 6 existing retrofits will remain. c) Proposer shall submit sufficient documentation proving equivalency. The City's Engineering department will make the final determination on any _ proposed equivalent . Q#12: Will different manufacturers be considered for the installation? A#12: See response to item Q11 above. Q#13: What is the warranty period? A#13: As stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.9, a minimum one (1) year warranty from the date of installation/acceptance shall be provided for each replacement drive at the time it is accepted including 24/7 support from a factory certified technician able to be on-site within the 1 1/2 hour time of call. If a drive is replaced, the warranty will period will begin again. Q#14: Are the panels to be re-labeled with UL508? A#14: See response to item Q4 above. Q#15: Is the bidder required to have an electrical license? A#15: See response to item Q5 above. Q#16: Is the bidder required to pull permits in order to complete the work required in the solicitation? A#16: No, the intent of the RFP is to replace and upgrade the VFDs, which does not require permitting. Q#17: Page 26 Sec C3.4: Should new drives being installed on this project be capable of Automatic Device Configuration (ADC) which allows PLC controllers to 3 detect a replaced drive and download all configuration parameters automatically? A#17: As stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.2, all proposed equipment shall be equivalent to the Allen Bradley, Powerflex, Series 750 Drives. Q#18: Page 28 Section C3,7.1: Is UL required only for materials installed or for the entire enclosure as built? If required for the entire enclosure as built, how will the UL • • inspection on site be scheduled? A#18: See response to item Q4 above. Q#19: Page 28 C3.9: Does warranty include both parts and labor? A#19: Yes, the warranty stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.9, should include parts and labor. Q#20: Page 29 C5.1 and C5.2: Is the intent of this section to provide for extended parts and labor warranty for a three year period with the option of two one year renewals? If yes, how would you like this submitted? A#20: No, as stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.9, a minimum one (1) year warranty from the date of installation/acceptance shall be provided for each replacement drive. The service requirements as stipulated in in Appendix C, Minimum Requirements, Specifications & Special Conditions, C4. will commence upon expiration of the warranty. • Q#21: Page 29 C5.4.a : Please provide minimum requirements for laptops to be provided, including any non-drive related software that should be installed (i.e. Microsoft office). A#21: See response to item Q9 above. Q#22: Page 29 C5.4.b: The training will be for how many City personnel? Would a training facility be provided?Would factory training material be required? A#22: The training will be for 8-10 City personnel and the training room will be provided. The training material, explained in the proposal, should consist of but not limited to VFD operation, troubleshooting, communications, and maintenance. Q#23: Page 30 Section C5.7, Paragraph 3, =Are prints required for new equipment only or for the entire enclosure? Should these prints be drafted format? A#23: See response to item Q6 above. All operations and maintenance manuals shall be submitted hard bound and electronically (pdf format). Q#24: Page 34 Appendix A, Group C3 and C4: Please clarify what specific price information should be provided. A#24: For line items C3 and C4 in Revised Appendix D, the proposer shall indicate the percent of the discount or mark up on the first available column, indicate whether the percentage is a discount or mark up on the second available column, and the net cost after the percentage has been added or deducted to the estimated annual gross costs on the third and final available column. 4 • Q#25: Page 26 Section C3.2: Which specific features, functions and/or capabilities does the City consider to be "equivalent" to the Allen-Bradley 750 Series Drives? A#25: See response to item Q11 above. Q#26: Will the City consider and accept any other brand of VFD? For example, other major drive manufacturers like Eaton, Schneider, Siemens, ABB, Etc.? A#26: See response to item Q11 above. Q#27: Is it the City's intention to replace only the 6P Inverter Section of the 18P VFD system and leave all of the other components as is? How is the warranty of the VFD expected to be honored and/or handled when many of these very old components could impact the performance, integrity and/or functionality of any new VFD? A#27: See response to item Q1 and Q3 above. Q#28: Would the City allow the bidders to propose value-added services by replacing all of the 18P system components at no additional cost and keep the existing enclosures? A#28: See response to item Q10 above. Q#29: Would the City accept, at no additional cost, an extended warranty other than the one year required on the RFP? A#29: Yes, the City will accept, at no additional cost, an extended warranty other than the one year required on the RFP. Q#30: Since 2 of the VFDs at 451 Dade Blvd are Robicon, which communication protocol is currently being used at the station or which communication protocol will the City want, to communicate with the SCADA system at the station? A#30: Currently the control wiring from the Robicon VFD routes into an Allen Bradley analog input module that has an adapter module that routes to the Allen Bradley SLC (PLC) for communications. As stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.4, the replacement drives must be compatible with the existing motors, transformers, power monitoring, programs, program logic controllers (PLC), Supervisory Control and Data (SCADA), and any other of the City's equipment pertinent to the drive replacements. Q#31: Are the new VFD systems supposed'to be re-certified by a UL Inspector under UL508? A#31: See response to item Q4 above. Q#32: Page 28, Section C3.7.1: In order to comply with this section of the RFP, does the City require a new Short-Circuit and Overcurrent Coordination study, Arc Flash, Arc Flash Labels required under NEC Code and Miami-Dade County? A#32: See response to item Q4 above. 5 Q#33: Please confirm that the following items have been removed from the scope of work: • AS - Sewer Pump Station #19 (6850 Indian Creek Dr.) VFD #1 & 2 (100 HP pumps) • B9 —Water Pump Station #7 (Terminal Island)VFD #1 & 2 (250 HP pumps) The new count of VFDs under consideration for upgrades would then be 40. A#33: B9, Water Pump Station #7 (Terminal Island) VFD #1 & 2 (250hp pumps) was the only line item omitted. Please refer to Exhibit B, Revised Cost Proposal Form. Q#34: Is there a list of approved manufacturers? Is Siemens approved? A#34: No, the City doesn't have a list of approved manufacturers. As stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.2, all proposed equipment shall be equivalent to the Allen Bradley, Powerfiex, Series 750 Drives. { Q#35: Section 0200-36 (Page 9 of RFP) states "The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws." Please confirm whether or not site-specific stamped construction plans and building permits requirements are necessary or anticipated. A#35: See response to item Q16 above. Q#36: UL relabeling_of installed equipment_would require a ULField Inspection._at_.. .- . . _- _ ..: each site at significant additional cost. The cost is estimated to be in $ 4K to $6 K range per site. Please confirm whether or not UL re-labeling is required. A#36: See response to item Q4 above. Q#37: Is it possible to obtain internal wiring drawings, electrical drawings, and dimensional drawings of existing enclosures and components layout? This will allow proposer to plan the layout of the upgraded components in the existing enclosures. A#37: Please refer to Exhibit C, Drawings. Q#38: How many copies of the bid are required? A#38: As stipulated in Section 0300, Proposal Submittal Instructions and Format, 1. Sealed Responses, one (1) original proposal, ten (10) bound copies and one (1)electronic format (CD or USB format) are to be submitted. Q#39: Page 6, Section 19, Determination of Award: How are ability, capacity, and skill measured? A#39: As stipulated in Section 0300, Proposal Submittal Instructions and. Format, 3. Proposal Format, the City Manager's recommendation will take into consideration the qualitative criteria found in Tab 2, 3, and 4. Q#40: Page 6, Section 19, Determination of Award: What is "the time specified"to do the work? How is that calculated? A#40: "Time specified" refers to project timeline and schedule proposed in Section 0300, Proposal Submittal Instructions and Format, 3. Proposal Format, Tab 4, Approach and Methodology (page 13). 6 Q#41:Page 7, Section 20, Negotiations: Define further negotiations. A#41: The City reserves the right to enter into further negotiations, which may include but are not limited to terms, conditions, schedule, and any other proposal element the City determines must be clarified or improved upon. • Q#42: Page 7, Section 21. Postponement/Cancellation/Acceptance/Rejection: What would result in the rejection of a bid/proposal? A#42: The City reserves the right to reject any and all, or parts of any and all responses as is in the best interest of the City. Q#43: Page 8, Section 28. Payment: What are the City's payment terms? A#43: The City abides by Florida Statute, Chapter 218, Financial Matters Pertaining to Political Subdivisions, Part VII, Local Government Prompt Payment Act. Q#44: Who makes up the evaluation committee and how will they be evaluating the proposals? A#44: The Evaluation Committee will be appointed by the City Manager and will evaluate each proposal in accordance with the qualitative criteria indicated in Section 0400, Proposal Evaluation, 2. Step 1 Evaluation. Q#45: Page 13, Tab 5. Cost Proposal, references Appendix E, should this read Appendix D? Also referenced on Page 2 in the table of contents. A#45: Yes, the cost proposal is Appendix D. Attached please find the revised cost proposal form. Q#46: Page 26, Appendix C: Was section C2 intentionally omitted? A#46: Yes, section C2 was intentionally omitted. Q#47: Page 29, Appendix C: Was section C4.2 intentionally omitted? A#47: Yes, section C4.2 was intentionally omitted. Q#48: Page 6, Section 19. Determination of Award: If the City Commission has the ultimate authority in regards to the determination of award, why is the bidding process and scoring system outlined in section 400 necessary? What is its purpose? A#48: The final ranking results of Step 1 & 2 outlined in Section 0400, • Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent,with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369.The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. Q#49: Page 22, Appendix A, Proposal Certification, Questionnaire & Requirements Affidavit: This document requires notarization by a Public Notary of the State of Florida. Can the affidavit be notarized by a Public Notary of the State of Georgia? A#49: Yes, Appendix A, Proposal Certification, Questionnaire & Requirements 7 Affidavit may be notarized by a Public Notary outside of the State of Florida. Any questions regarding this Addendum should be submitted in writing to the Procurement • Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado anmiamibeachfl.gov. Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 , nataliadelgado @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Si leery, Ale Denis Procurement Director 8 EXHIBIT B Revised Cost Proposal Form REVISED APPENDIX D PROPOSAL TENDER FORM — GROUP A Failure to submit Section 5,Proposal'Tender Form,in its entirety.and fully executedby the deadline ".establishedffor the receipt of proposals'will result.in proposal'being deemed'non-responsive and being rejected. . Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Section 5) shall be completed mechanically or, if manually, in ink. Proposal Tender Forms (Section 5) completed in pencil shall be deemed non-responsive.All corrections on the Proposal Tender Form (Section 5)shall be initialed. Group • t p - Total. .,Item . - . '- •.Description Quantity.. U 1 M • ;U_nit Cost..s `_::(Quantity_X_un►t_cost) Sewer Pump Station#1 (1053 Jefferson Ave) Al VFD#1, 3,&4 200hs sum's 3 each $ $ Sewer Pump Station#10(28 Venetian Way) A2 VFD#1 &2 60hs sum's 2 each $ $ Sewer Pump Station#11 (1710 Washington A3 Ave)VFD#1 &2 200hs sumps 2 each $ $ Sewer Pump Station#15(Pine Tree Dr.& A4 West 51St Street VFD#1 &2 60h• pumss 2 each $ $ Sewer Pump Station#19(6850 Indian Creek A5 Dr. VFD#1 &2 100hs sum's 2 each $ $ Sewer Pump Station#21 (850 West 71st Street) A6 VFD#1 100hs sums 1 each $ S Sewer pump Station#22(Hagen Street on golf A7 course)VFD#1 &2(30hp pumps) 2 each MMIIIIIIIIII Sewer Pump Station#23(750 West 75dr A8 Street VFD#1 &2 100hp pumss 2 each $ Sewer pump Station#24(8100 Hawthorne A9 Ave VFD#1 &2 60hs sum's 2 each $ $ Sewer pump Station#27(5400 Collins Ave) A10 VFD#1 &2 12511s sum's 2 each $ $ Sewer Pump Station#28(300 28tt Street) All VFD#2&3 350hs booster pumas 2 each $ $ Sewer Pump Station#28(300 28th Street) Al2 VFD#1,2,&3 250hs •um is 3 each $ $ Sewer pump Station#29(Indian Creek Drive& A13 63rd Street VFD#1 &2 250h. booster sum's 2 each $ $ Sewer pump Station#29(Indian Creek Drive& A14 63rd Street)VFD#1,2,&3(125hp pumps) •3 each $ $ �,.ti, r r_' '',h'4�y. - .r u � r', av y s" ': en2 ---`"fi11*,,ai• °@ s yl l r ,fi i-"° ;iS-. r' 1 r 5 s '+F ' GROUP A TOTAL ���,�`�.. � �` i' a �t � ' is e,��� 9, �::, �,...c,.a.3„�..5.sr,.r-.. . _._rb.. Turnkey in accordance vets the specifications. '*' : ? 4$e r '�,1 5't a t k 5 Bidders Affirmafion J` kr V�N 'VV''� ...x+xr/'.`.k i4:.c.,4ntvv4.t.S��t'�2�,r.+Rr,,,:.1.5. k..-S,,A • -°_ ....e,a ._ ._.ride: ,....i■I x,_•C..t+' Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: REVISED APPENDIX D PROPOSAL TENDER FORM — GROUP B Failure to;submit Section 5;Proposal Tender ForM,,ht its entirety and fully•.executed by the deadline established for the receipt of proposals mill result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Section 5) shall be completed mechanically or, if manually, in ink. Proposal Tender Forms (Section 5) completed in pencil shall be deemed non-responsive.All corrections on the Proposal Tender Form (Section 5)shall be initialed. Group . . _ .B Total _Item Description; Quantity : .„,..A1 1 M -. _ .5.Unit . (Quantity_x_Unii!cost►:. Cost Water Pump Station#1 (451 Dade Blvd.) B1 VFD#1 &2 250E sum's 2 each $ $ Water Pump Station#1 (451 Dade Blvd.) B2 VFD#1 &2 125h• •umss 1 each $ $ Water Pump Station#2(75th Street&Dickens B3 Ave VFD#1 &2 250h• sum's 2 each $ $ Water Pump Station#2(75th Street&Dickens B4 Ave VFD#1 125hp puma) 1 each $ $ Water Pump Station#3(71st Street& B5 Fountain VFD#1 &2 250h• sum's 2 each $ S Water Pump Station#4(468 Alton Rd) B6 VFD#1 &2 300h sum's 2 each $ $ Water Pump Station#4(468 Alton Rd) B7 VFD#1 100hp pump 1 each $ $ Water Pump Station#5(Belle Ilse, NE side of B8 Venetian Wa VFD#1 125E sumo 1 each $ $ gg ■ ' -2 coch $ $ ice.T-4C-1 a"4 ^'�`'_,i}i a -,S 73f irr'*r' . -Y l2 s .e.,.}e n '+.?Ih a y?- 3?A'.1GROUP B,TOT/Skt .._�°1r _t:.. . .4L ..,V��_ .�'F"-�„�S _S:c,�, .I:- X..,...r�sr +J .Ti x_, 4^ a r ar,- � t -Y-r r `k� � `. 5.Vk 6 % ”:.v.� .'.�s ',1.4,-,,.;.,-..-o..;�. .._.B ider's Affrmation1 L.. �a.t; ...Y-:.:...5.. .a Company: , Authorized Representative: Address: Telephone: - Email: Authorized Representative's Signature: REVISED APPENDIX D PROPOSAL TENDER FORM - GROUP C Failure to submit Section 5,Proposal Tender Form,in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Section 5) shall be completed mechanically or, if manually, in ink. Proposal Tender Forms (Section 5) completed in pencil shall be deemed non-responsive.All corrections on the Proposal Tender Form (Section 5)shall be initialed. Estimated Group Annual C Service Total Item Hourly Rate hours UIM Unit Cost (Quantity x Unit Cost) C1 Hourl Rate-Re•ular 250 Hourly Rate $ $ C2 Hourl Rate—After-Hours/Emer•enc, 100 Hourly Rate $ $ SUB-TOTAL ITEM C(C1+C2) $ State Whether Estimated (discount the%Listed is Net Cost Annual or mark- a Discount or (Gross Cost x% Parts&Equipment Gross Costs up) Mark-upt Discount or Mark-up)1 C3 Parts&Equipment for Re•airs $60,000 % $ Balance of Line(All other parts and C4 e.ui•ment $25,000 % $ SUB-TOTAL ITEM C(C3+C4) $ 1 If Bidder fails to denote whether%listed is mark-up or discount,Bidder agrees that%will be assumed to be a discount. Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: EXHIBIT C Drawings — I E•71 ; a 2 F G R Y y x a cs e » arra - ETHERNET w--_ ----- — 18111 Mi. I 5 � ; sv(rc5iw5e �� __ _N Q a o 0 0 3E16700-US Q i ErNER t� MO OSMIUM. OS FACT 3 UK IO mw 33.5 O C J ` ETNERRE Or OW nr5cr 55 MILO r�- I- - - - - - - --] _.gi MI O.Xart PM J Lc- \:.----9 91 9 m _Wig. =-N S=R,O.,,4.1 r. REV, GATE OES.rtm0 .1 Room ANT WATER AND WASTEWATER ap1f as(-oosA ROTE& i n� guys ,� SYSTEM IMPROVEMENTS m -amr B a�b Mill PAK MIAMI REACH.FL ' 1 U 5.... ` Municipal 1 Industrial Control Systems mvi , 0°"A ° ROC1A BLOCK MGM '00'0f (0053015 w 5wr...w,ov.n 3343333533.5453 to 400 w 420 ELEEDAMELDZEILIELAII _uls-an ._'.�.^ a�.1�;`• 421 ,I 401 al, — — ,m smy cam 402 0,r, uc "-y0i X422 VI 423 403 rim n'oo:s2122-1122 nar...wl MOM 404 m o'to 424 202 405 425 4 406 426 407 '0-7,21' 07 0=a�i am"ii i°ti-p IM im sown 427 R.I swr-mvn 408 0--6-- „ter^- -0 1.05.001E-315M7C1 428 M E SMUT-127. VOA ii 1II a"10119P- r o., 429 THIS SIDE INTENTIONALLY LEFT BLANK 409 0--0--ii la -0 we a suT-wu" 4"0 :)-T---,"r..'1.7. °R--0 430 nv.21217-02Im . 411 431 4 412 432 4 413 33 4 414 34 415 435 1 416 438 4 417 37 4 418 438 439 419 laal.uv D.TE DFinaenax n omoa � cuexr WATER AIM WOSEEWNTSR Marts. I a-urs.s-U..cw s ,� SYSTEM IMEACH EATS ,. „neu l � a 114-07-00 Ileval as MI mom„ MIAMI BEACH,Fl. IV Municipal 1 Industrial Control Systems mo WITS. 500307 a NO.I e. I Ka ■ ROCHA WITS I "a scone, COIRe0.s al+swwr s+r...".,.us 1°a$°'""111°11' • • 500'°" 500 COI,' 520w e. m u E 5. m mac arya•uxrt a 521 PAL 501 Ell 502 fiomt - i'� rr: ,.,., 522 0 4-20 io FT 503 0m0t mu o 523 5 504 524 5C5 525 �!'� z+a 506 nWA mva[-'m 526 0 WOOL 4-10 M • °-n. Em 507 Ima» �A �Io 022-0.0120 527 5 508 528 _ Nm-a-U 529 509 .Tux�a°''' TassLumi_ am i1 l� d sue o-n°WOaE 510 amt smA W▪M m KO 530 artsa sue o rr-Im 0 T man 511 amt S1 A — mtoim 531 5 512 532 • 533 sue 513 MOE 514 O MK 534 �!'O � - 515 o 535 � au 5 516 536 aTT 5 517 537 I I 538 518 539 I 519 ° cum ° n. ID LEO to nee REV. own RLSCWIWTNa n MOM °.rt CUM. WATER AND WASTEWATER NOTES: I MaiD ApN*WIW TS °''ll'm SYSTEM IMPROVEMENTS EACH. rMdcm,.Wa r i I msrbr W.wae.o MUM MIAMI BEACH,FL .a MO. Municipal d Industrial Control Systems mu E..s.1 I aEC® K ROCHA r.,r...M........,.M.IwM w..wm2 mwwm,. sarcwn0 soo0m :n 6 CONTROLS WW _— _- 620 _... _ 600 621 o'O1 6 602 622 6 603 623 604 624 6 505 625 6 606 626 6 607 627 6 608 628 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 609 629 6 610 630 6 611 631 6 612 632 6 613 633 6 614 634 6 615 635 616 636 617 637 6 618 638 619 639 KV. wT[ SUMMON eY Seas S.nu "T WATER AND WASTEWATER r.�u M. " cs i S2-:1ot M_whnN u Sr ,� SYSTEM IMPROVEMENTS 'r{S."M.'nodswi-aoSi a Ss.m-m awaS.. "o M... 111 MIAMI BEACH,FL Dm q 2221. w.,. i Hun opal&Industrial Control Systems ME,,mss ROCHA SC cMSnc eonSO7 ' .tt...., (OHTI S a.+......a.o..,*nta MAW.s22.06 tat ■ - -- -------- _. -- --- -- xv*s(It)IInm r.0 700 s0. U700 191 720 102 a° aosoe:eaA.2 1701 71114 701 to ^i rCa'IV�Y � ,° g 721 0 VW ou ss 722 702 mu — MR,. T.--„=“. NIE 723 703 ' 7m. mn 704 ' 704. 724 7014 11000 7mA �;mw•e.'Vi 725 705 706 701. 700. I yemsL o 726 707 2.1_,0772-.2-6..-- � .• 1.04-2-272 727 7014 ; 10^^ 728 706 eam_eammalam n 709 '2"_Vim__a IA-A-O n"� 729 THIS SIDE INTENTIONALLY LEFT BLANK m 710 ,2_141-0.4-- ," m 730 711 0aA_00Jam 02,2222 w� 2am..E 731 2..ca:00 sus au GM! 732 712 __ri__ 2_0,22 ^�"�� 733 713 ' p 734 714 7014 IA 8E" 735 715 7014 716 22X• AO ow 9./RE 736 717 737 718 738 719 739 REV. 00 VEUO Vna. NE 0m0o 0222 O1p22 WATER AND WASTEWATER „6°"0, 0 _0bs 0.-O Mm�.a 1� SYSTEM IMPROVEMENTS ,.ofOr. �a`0-aoa NIL NOME.i a 0007-2 160 02M. 11. MIAMI BEACH,FL NEnicpat&Industrial Control Systems mu May 1 M.MU11 ROCHA amoune X0°''0' ' (MIME 220 0.........2.2.0 m.°a 011,161410«. • aaoa --- -- - _-- — - , - - - 820 lmu.r 800 r t701-110 uAIm Amur.OU........ 821 ROC 801 s.r 4.0 Oo"h RIMS a m 802 vre.o-m:" 0 '°'-0 rt 822 MO 803 '°e t o-eau j 1auu • —0 m t 823 804 '�t o--n-Ivoic ^...�3 Awe-0'ff.a TE' 'nw a a...1 824 805 "re• -amA la 01aR m 0> -0"s'" 825 ecee 806 SPARE m:" 14 MC • aMC xaME 526 807 a' e0.1" a [OILJ eos SPAN seeaE 827 808 sv""E E ow .. SPARE SPAM 828. 809 SPARE a':" la 11111 MM awc MIL 829 THIS SIDE INTENTIONALLY LEFT BLANK 810 830 811 831 812 352 813 833 814 834 815 835 816 836 817 837 818 838 819 839 REV, DATE otxaRPrron V Deem DATE wu^ WATER AND WASTEWATER cu NOTES. I . -u-as Rr-m.eu'R.x ill SYSTEM IMPROVEMENTS '."R."c..Mao-Rea. i e Oe-01-02 Rr.iwN. Ma Dual ` MIAMI BEACH,FL ma Mu "xn Rw I Municipal b Industrial Control Systems mu rwrs 1 5..."' t corms R. -- - ----904 RT 920 _o16o .� or mwmntmimm.eurs1 cr:0-120 oo PS 921 901 1'1— aiFurs t-m:s li aw* Hmwua+nu 902 (.'^) i tau +1- O rwas,K 922 mu _ °° I 903 I 923 . J 904 924 905 925 906 926 907 927 908 928 909 929 THIS SIDE INTENTIONALLY LEFT BLANK 910 930 911 931 912 352 913 933 914 934 915 935 4 916 936 917 937 918 938 919 939 Fty, am y(StlNlgn R omc.m C.M. WATER AND WASTEWATER POW s212s: I a-2-0S•a-N.tetW x Io-R 1� SYSTEM IMPROVEMENTS 2 a-mat INN*. im vu.. MIAMI REACH,FL ' m'�'W. Nuniicipal/Industrial Contra)Sys-ems mu y ■ ° .... a OEM ROCHA scxtwrrc WOW '—s Pa N, m1. Pa Ha (110021t01 1-�1m1Y SOLOS) 0I1¢ 1020 -< 1n m1a }__ 'I IAL0 1000 .;� to01 ® a n '�"�r. r,.nlmia h,mm.xml 1021 ` J SW Me u ur_011u L17_0110 Flrs_o1m M---z_ =HUM Pala:,n w0 �.o+m "•1iTh° (n51 4°'-1 —f 0)PEAT s 10 1022 Oom -(i �1__( m••avow 1002 w1wr 010 (sf PEAT r rn I I �m P ROW KIP am 001^1f = I- a4:u111aa1r om ( ) )003` —1 1023 amn) 1o�0a-y-=___ — U ro1so llm 1003 `� we AAR m Salc _ J _ I sm WIN rsm Mail mg0mima. L= 1024 J in 6&JhYrBO•-1B� 1004 m0 �� lye s ,rwrsl {} asd 0,711 1005 I_'`-_o-7___T.ar C 1025 hem ) 0.001101 Le L-rn r' mlI " vs,sr 1026 rr-9 1006 — _IyI 1007 a1 D 1027 ,era nos_1 I 1006 IX 1028 j 1009 1 eu—I- M 1029 j 1030' s SP.18 1010 C ! -00 US VAC P MU 1011 -..--C 1031 J Inc PONS Lt0- nr_a_mxo MI:,--+ mamma satezzauma nu a °'POaan 1012 1-Li C 1032 {�^S '-(9 7012 1212 em nirw ago--I^ 0m1�io"1m 2C0 11.2 me PM Kon.WI 1 0121.0 1013 3 -1r-' 1033 mm 1 ry '1 r --I 1014 Ara 014 `: C 1034 °R"_J mss_m na. m.P1+. as 1015 ---+�— 1035 aunamas _n 1016 '-+✓--- 1036 _ I I I • 1037 men am_1 017 1 1018 1038 1019 1039 I PS, ars o[501711011 w ammo 612 CI..r WATER AND WASTEWATER wow ,a 1 12-11-m� �SC ,� I SYSTEM IMPROVEMENTS 744Y.'11ii11Oioaao�-00e a xro0e o 1u 11.0 MIAMI BEACH,FL Municipal&Industrial Control Systems-Irms 1 °'�a° Pie. eKa® ROCHA $mEWM 000307 Our a commas m.a...r.ma...2. 1..OmmM. it -- — 1100 1121 1101 1122 1102 1123 1103 1124 1104 1125 1105 1126 1106 1127 1107 1128 1108 INTENTIONALLY BLANK SHEET 1129 INTENTIONALLY BLANK SHEET 1109 1130 1110 1131 1111 1132 1112 1133 1113 1134 1114 1135 1115 1136 1116 1117 1137 1118 1138 1119 1139 1 REV.ODAN osscwrlwx ry nom oat air WATER AND WASTEWATER i p, norcr 411 •._Nrtail.a SYSTEM IMPROVEMENTS �. 1 a 26-47-07 waa MO w MIAMI BEACH, FL w Municipal S ms Industrial Control Syste 1mo c yn 1 "° ROCHA somatic c 500707 4411 aaam 54,1445 n.,.....e.. R.» o 2x3 W3 AC MIRRIG ONLY 0 Ill CIRCUIT BREAKERS ex FUSES F I I I I AC TERMINALS ,-- C LEMTON SURGE a L.I SUPPRESSOR W 0 a ail MO AC WRING MY 9 'i ` 3 ^ I ii a 2x3 MO AC RARING ONLY o a - I001 II II i w - CL _,_- g F-5 —a— II II l o � N _ m II It —m W— i � a I ° _o 1 a .a=RI, I 2 oa I O 0 5 r ?if ii 0 2x3 MO DC CIRCUITS ONLY 0 I NOTE.DRY CONTACTS FOR VFD INTERFACES ARE PROVIDED IN THE A.C.SECTION RELAYS. UL 50B PANEL xay. LAi[ OOOMRON BY =MO wrz CUD.' WATER AND WASTEWATER r xN NOTES: 1 a•-u-03 42-.22,122 SC ,� SYSTEM IMPROVEMENTS �,�� am z as-m-a> 4yl•ksN NO , MIAMI BEACH,Al. a m. x Municipal 3,Industrial Contra(Systems Thu.xyAa, ''....I ay. Mani. ROCHA LACK xaxa LAYOUT MOW Kin I a CONTROLS NN.r.r..N+..n N.anx. AAN..NN.x'N. 48,0 22,5 22,5 - r 0,5 7,0 � 1 PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY ,\.\.\\,\, � `\`\\.\\\`\ \\\\`\\\`\ \\\.•• \ \ \ \ \ \ \\\\\ \\\\ \\\\\\ \\\\\\ \\• 24,2 .\\\\\\.•\\ \\\ \`N•`\`,`.•\\`,`.•\\\`�` 1 .\ \ \\ \\\\\\\ \ -‘ d;\\\\\\\\\` ` \`\\`.\`\`,\\\`\`,\\ 13.0 N.T USEABLE ,\.\.\`.\\`,`.\•\`,`.\`\`,.\ 1 1 I \\\ \\\\1 i '1L _ — — _ —_ —1,RMIMINIM W!"• II mg 3.0 OPEN AREA 7 CLOSED AREA NEV. OM ocscumoN rr MO= ..n C.E. WATER AND WASTEWATER i NE NOTES: t S.-u-w Arwcdtr.`EC • SYSTEM IMPROVEMENTS „ _ MIAMI BEACH,FL E ac-mbT R.wn... ..... ` Municipal&Industrial Control Systems m¢.,,yn, i° °' ant= ROCHA CONDUIT ENTRY SPACE 300307 MIST . CONTROLS N.u.....w Not T...wn.a.ORMAN M..A,.,. Radb Antenna I 3 IT t.‘ 4 e d e ; NY C4 �� NextN Radio Meden E, w EMIL.. ee I —womb.' IR% 1010 n E1KR.Er 3vnd NB r.. ..9. Nextel RCJO HOC. CAM) Mr ®F u © { rl_Q—°— ❑ ❑ ❑ ❑ Q — v -- �y A arz Li.<m '"vrPUMP rnc CLPMKIL PAWL SEL PIP LOW nReneuE eoeuia mawE ^ cncricT l ci,eei[* 6 M 1OS PONT• // ALUM r.Ler \ \\.... � I RrsnR-ExmR+eu I 'rz = I /// __J enrcon m..nrc..ma m VMS Vu A-.m.MOLE L e.-R NA Lwx-n-....CALL i sweet=no. me ewe ob.. A1 WM MI.,be_i AL I 7 I WAIL C 1 21.1 I� ,o:u'a I I ur ,rs I Imo..,.,...a.I I ,,I I`�o I I__I I I____I L_____1 m•. MU xsaienON mrz ounr WATER AND WASTEWATER We Nms r a/p�As-aun7 C®Iotaam 1� SYSTEM IMPROVEMENTS ."r �`s-Loo,Peel MIAMI REACH,FL i ' 'vU ' arm= �m , municipals,Industrial Control Systems mac worm so iris m sxu 0a."o' W6i °' o® ROCHA L00%nwRAN 100307 L (WTROIS ...•Yeede•w..x..nn.,un.ze M.O.. i VW 200 •——— -— t0 080111111 220 raoeuTaEEMLsmet MI 1747-7011 MIN a..T El I M� f sort mY anAmeT omt no ao-o a(O1m 221 �aa 201 m Av. 4 1449941941 d1MM 1.11101174 202 n Iii mw I xi--c lo-lm. 222 Px MEI MISLIBMOMM e a 223 203 e I 224 204 .d1�5 WY 5611-12 001 AN.OM OMR C LEM.aan ant, 205 I 90010 225 cos C C=1"- IRS ALARM f mm IMO ON m puma ` a N1'�'M-SNa[cl�ma MORS 206 1 wa 226 (mat Pa 207 CIMLLIIVent 227 208 P�° fxnl z-osxm.o 228 Mx • 229 209 210 '2"l�� 230 nm. ' 211 ",��: rliMW 2471 q 231 Cr umx. UM MY 212 mmA xoA. Aa. 232 Is�l �� 101t1t10© ra14AA SIM 15-2-Im ppCE 233 ,,..liedI rse 213 sM�r rLC.1r14Pis rtw O_ ANA 214 1�Ir 04 © 2}4 zu+ 215 0 235 "• oa - .•o14nf za 216 p 236 lines1 xa. � © �> n-im awoiyw.swv 217 PLC217 Ae lM 237 mA 1�>zs sHnLa1 ry9a UM IO 218 _ 238 NT'. C ) mom .x. mM 239 m4 219 - - rev, WE DESCRIPTION er oonio OM MD.. WATER AND WASTEWATER xw MOTES: 1 4/m/a n-suer cee ,� SYSTEM IMPROVEMENTS may.�a.a �„� r x ix/Io/S AA-MM. w OAwS MIAMI BEACH,IL Sac. wn Mav i 111. Municipal&Industrial Control Systems w.„„Ao snu a 006 WW1 ROCHA SCHEMATIC 5470107 sin co ms ma S....MALI...n.0.774M41013061 MAMAS Ms • N eu a. _— .. .m m..n .9� ar[aM0u0as 320 CM 300 NMI mm n 301 is® � 321 �ian�imo� V „m_ixn 322'�,7'.u_ MO 11311 laPa Aso ofuN wa■000 7 'm io-,[w 302 ILy a n PPP no six spE 303 `©� •a a• • oma 323 w� u.�sa1 " ...cxw a OM PR3-05 ILLOSSIOLIMOILEM awe,.,,n0 324 �i—r au .nio-rmi 304 -- .n n• 6 •a sa wxac-1.[1a POP xa Dear row oeam•C2 ILILLINIPMJEEEL91721 33. �"'� 100 a[ tom as WM-KW s03-0x na 305 .`. .• a m ,.rw.n. a 325 m,,tall-1010.r�i iral g xnm m•" .nay-0aw,su-ax 326 rwv s[-ura i7 a .co m e¢ailailaa *OHMa"no-sec 306 L©won •° • '10 w. mw rc CMOS RP as 307 0a 130 327 einanumass 308 00 •0 328-�T ♦ a' ,T 1 0'v'a•�[ xr.�POa M-11-1070 atm xu-1wm n.r_ome 4'- J 309 • 329 r L xae "O'�i st°° m 310 330 ........_±.30.0P 13-411170 n- -� a.r_am a.ima wa„m 3 311 331 312 332 313 333 314 334 o- -0 0- r-0 0-`A0rlT -0 .LW 315 335 3 316 336 ran �--•—wT• 317 337 MURK [wo0•[mein 'ur�a�Wr • una 734-10 338 COMM CO. 318 [p1O1 ea — mooire/Eau-osu s•-• 319 339 - -- xcv. WE Mmxaenwm n mono art IX... WATER AND WASTEWATER rm�a em[s r 0/30/00 u-0.00. m ,� SYSTEM IMPROVEMENTS , ,.o.ne�+ _ter MIAMI BEACH,Fl. ' "/10J0 u-w.uu[x a Municipal&Industrial Control Systems ME WMTS iu eOU buns oea.M. NM mn. a01•:0 ( ROCHA c.....��...,.,...1.,nm scxcuxnc S003Q7 -star x Comm, .• 11...ann°0. I.1 nom"r"mm 420 400 401 ' _ 91.__107 _ ',s D po°mcc e_+a o-etv 421 '1""°" 422 402 0 ,o,� .Ec 4 403 423 404 pow I m w MCw 0�n,�424 mo 405 m ,se 425 [.s anee°.o- 406 426 4 407 427 4 408 428 409 o-e . pii--o--0 1.69-1111.1131/11111 w 429 TiIS SIDE INTENTIONALLY LEFT BLANK INN Iv...-mVN o- � -0 rw an® m 430 410 1.12001-04111111111 ne a zwr-mVN TO VIZ e*� ..v —0 ^"°�. —431 411 V r V 4 412 432 4 413 433 414 434 4 415 435 416 436 417 437 418 438 4 419 439 RV. DATE DEscNPmn IT 0000010 0.n aUc"T WATER AND WASTEWATER AL.80 NOTES: 1 0/10/01.s-bNLT DEE 1W SYSTEM IMPROVEMENTS a ,a/ra/e, u-emeI0 No NU.. MIAMI BEACH, FL ` 0.¢•0 Iu16 R.' • Municipal b Industrial Central Systems mix revs 10!NL ISLAND 00011 ROCHA =DEW= sol10' —war a comas .............,.....a................ 500 O G'� NA=IRO wow, 52C MOMS F.On 501 521 Kg 502 f1@U '@" - M. _ 522 4-20 miS 50]/. f." 01010 FT 503 0@19 a uc 1010 u 523 504 524 505 mr 525 iiii� su0: 506 060 101" ■ iilli WIC am." 526 0 �" i19"M as TO oi0s in @:" 507 flan) !'o 191_1010 527 508 528 509 530 5 — — 0100 u> 510 loon 3t0" if�i0ur ssua a @ HON ssu 0 511 (K1) s1P — v 531 512 532 . 513 533 rpm 514 elu — 534 S — 515 4 SPAN :" 535 518 - 536 CM 517 537 518 538 519 539 to tan so Mk WIC 01:300,u0. n mama am 8(00 WATER AND WASTEWATER coon MOM 1 .ry0/0s Asp-0un1�m 1� SYSTEM IMPROVEMENTS MIAMI BEACH,FL Ir""if -.... 1 nlnror v... S. N@ridpri i Industrial Control Sysloms 19191.1111 to MLLE 1yy,p ° • MO= ROCHA smau me S0°'W1 -mar s caNT00!s ..1....w,.0..u...0.4.100 K*.KK"K,. 620 600 6 601 21 6 602 622 603 623 604 624 8 605 625 6 606 626 6 607 627 6 608 628 6C5 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 30 611 631 6 612 632 6 613 633 6 614 634 6 615 35 6 616 636 617 637 6 616 638 619 639 — 0.2M eI 20/ 0—DUST er oCrFO " a�rr WATER AND IMPROVEMENTS WASTEWATER ��: t arm/a AS—DUST w SYSTEM IMEACH, ENTS "42"10Us3O3-0a s unw2 as p .i.�. & Municipal L Industrial Control Systems wars.o eMIAMIuno CH,El • ROCHA scic■.ak 500207 .4,,ET 2 ca.taaS ..,..........2......a.......a....,.u'(- P -- - _ ., Radio IA'nt--em. I 3 aa Fia ^ § i k^ r ,,_,_ Neztel Radb Haden £ n „-ut nog,ua s' d ° _m & -- - b IR% RJ 0, S,EdET Sw e° _i Nextel Ruda Haden COMO lDT P n __ Q ❑ ❑-_❑ r I _ ___ ,..„ , ........ _ , EE.ET — R R V _! I—e SCE PAPS 3 LI A, m Llu 0.440 LIME se a An rr em>mm w ,., L-c pOMRTe]A COMM 1GOA C MmET 0.0 EMPANEL ET TO,OAT, J ETHERNET Cr THE ETICOO Hn AWN MOM eMAlq{KNSIOTECI Lrj EMS rtamua I I -- -- ILVHEMET CpweKaTID,T TO yr.V.,-e S0I MULE OSE,-S M I,eSCN-,v.CMtE // J lam Imo..,. I P,Ta ,I I o I I�°i'_J Ida_" E__, J I — ec. oarz OtlQ0.M eT OrsoEm WS C.D. WATER AND WASTEWATER i MOTES; I ,/3O/O0 AS-WILT cEa ,� SYSTEM IMEACH, ENTS ,m" 's o9-caul 2 Iv1Lm as.xsmnm m u,.M ; MIAMI BEACH,FL IMO.PC PPM. .av c«<o® ROCHA �lcipal&Industrial Control�Sys Systems nut ,� MAW _- a S0pl0T CONTROLS w • • 200 m wcs__ � 220 •1111/2 0 03030 .�"m o s.-0 amen 221 liE In Mar DEV.E7 201 ry MU ram r•0naa x,.ra 1+. 222 202 a�i w IOU aSi..oo-nar 203 . tt 223 to a ma 204 A LEY.52.31..2 w 224 lens eow OM uw1 LIPS T a an 0.1111,205 1 0O° 225 C CI"La 135erwnaa ono Nan a0�07807*0w ca MS cMMn1 am -0 C.NEETQ 226 206 KNV ,}i lw) 1.x OnNUV / 207 ' ='mma 227 208 (mn 9.1 01.0 228 0x 4 229 209 4 ma. 210 ago'340 0 )-- 230 n®b 211 012, j I &mou LOW 00* 231 tv Rt. .212 704 au 1.030.31:2363 r7.13 212 m. 7w° � Ora mad 232 IIM1 trAi © 4 arm Na• 9i 33,4-m 213 1 nrr 7 x " 233 uu.ni— x.nc as ef213 aL'.M w MI. 0801717 334 F714 Da 214 _j In� 234 o Wt"i LW 2344. 215 1 235 nmn - All 17.1.2 216 236 IMs m © ,M,„7,12,-,111,Z,„ 217 00.0177 q 237 2020 an O .IMi bar 11 r *'+-91 arnar 21120 .1 218 238 0 g41.'C ) Loaner .x. ON 219 239 as --- acv'4/1"01/6o.ocacaar00 ar omum 8800 .... WATER AND WASTEWATER 7ai..7a NOres. •s-wNU as ,� SYSTEM IMPROVEMENTS �I"1 N1rSsSM-aaoo x 12/12/07 r+arm r rrN , MIAMI BEACH,FL "via _ Municipal&Industrial Control Systems mu.n.10 MIR muw 0410010 ROCHA 30180807141 X07 I41ia CONTROLS 100.0..•.•4.7.0.0.1.00/.ua,34.12/7.4194. • - -------T----.4 — – — . --- m ...awe.I_.g _ 300 �MAIM I usnam w .. . 320 � y� 301 ® � 321 ! am l"'J--gym �.clo-o-i em 302 I 322��sumrl>14- 11211111 ro rw0o v. N 70 M In MOM svt ffi w MA MA •303 .o s• a a �i irs +- c 323 wIw~'a�.-� m m MC a`•�rwe '�MAT MO Via0 as lJrrno-aw �e�eIfit. . 324 w 1011 1-1448 i a 304 • s• 6 i0'ME = staffi m_ AM a>. ovonmxen rr2 tem°d1..°r0-a0 CAC -aeea.MR-MC 325 mlwulm M.012..701 m `-' m TAXMAN 305 « w un.ssu>-„•a m _ .m •s It41 m a 0x -0C2R s.n-mc .m. 4110-1207 306 _ •o ” am 326 w 3 0-4701 P i t tin •so.n. MAM w 0 OM .43.,25.• 307 040 up 327 7703 0 rope x70 _ �,Mr -J eteom.M+m 308 0a 700 328�0 a.,.-,me 012_2_1072 2_41072 22_0_1470 23S-1470 ara2mi . J 309 • 329 r I _ .,...___,AN .222 _yp 310 330 L Rums n t >sLmm I me lJ >a aov OR MMAMC 3 311 331 3 312 332 3 313 33 314 334 O-"- -+! -0 0-" +a-0 o-"�1 0 mwlw 10 MI 2 M 70 IMP sw MM- 3 315 35 316 336 jy WAN 317 337 ® m. raxam.e COMM 270„•••37321,3 7450 4270' r x40 O1mx 324-73 338 °UNO COM 318 319 339 - - WA OAR cttctp m..I er ma an ..... WATER AND WASTEWATER Am ACM ./s2/.e AswOr 4. 110 SYSTEM IMPROVEMENTS m""�'3iirS-244 s w.vm MIMI au r mum MIAMI BEACH,R. a s x22 �. Municipal t.Industrial Central Systems "mie.ors m,,,,r Iy,� a.... ROCHA MIMIC X0010' 2 CORteRS 472 M.r...MAMA AMMO MA>o......n.,. Oa w _ 400 ri'''OeN .us 420 JJOtt CIO th e ,tine,..V 401 1 1 ' -- - -.10-1 v 421 402 QC n901-03C o-lvw 422 403 423 MT u I 0 w �c x �o-mV C 424 a: O I..MVFserMO 405 m >d 31e611-e93x 425 QC a.%ati lo-uw 406 426 407 427 408 428 a.ol 409 o-6 n an tIaI ace-0 new 1"nns nw 429 THIS SIDE INTENTIONALLY LEFT BLANK M I 9+11-011ve TO vre to paMan 410 o-9-44s—� -0 43C M a SMm-OWM Te vr0 411 O s H W i=--0 TV nem uev 431 em.., M 0 94T-O0.46 TO WI 412 432 413 433 414 434 415 435 416 436 • 417 437 418 438 419 439 PM EWE OLSCIOIIIO( W OM. 0010 CU T WATER AN0 WASTEWATER i Hares: r a/ao/as w1-ew.r w SrI EM IMPROVEMENTS MIAMI BEACH,FL 0P OVV ° Iv.4ar ��� w41 ` Municipal B Industrial Control Systems mg 0p0 to aut I5IMD I aV.NO ROCHA 9:xaw9C 50607 -oar a aeaco CONTROLS MV OUr.ni41 6,...6 rlvn wnae.mw.rar. 500 V 0 goad 0w 1r nAcm 520 >OF.02 N n.P(II urea MOOS t Oil *NM lq...7. 21g 501 521 502 (1m7) -r — p sr n101.>6. 522 RPM em 10 rr SPAR 503 (ft23) i 0 ur_1010 523 504 524 505 I 525 o WM oyn-0a0 526 Mild.70 op SP/NO 0 TO MO WTI 506 bom i'� 01_10» aue.co 3 03 507 oozy 77" 0 527 508 528 °• 509 529 � as 510 t� nw .. ® 530 ill0 DAM 4-20 toP X0.2 WM: 0 m 107 P9 u1A PIT-1000 511 lam) °1A — O 531 - • 512 532 513 533 NIIti vas 514 Illice :W 530 515 a 535 e0 516 536 cal - 517 537 518 538 519 539 10artae NOTES/ xcv. 030: 0o3mmm) n ®im 07¢ "'a WATER AND WASTEWATER PLANT ./x0/00 SI-euv m 1� SYSTEM IMPROVEMENTS 0 wmm 3-07num 0u05 MIAMI BEACH.R PoOs NO.1f00 033e7-0001 Municipal t.Industrial Control Systems nns�0ns 17 mAna 27m00 ROCHA =UN= 500101 catraas .70...r.u..a....rrrlae 0441.1.0731. 7°I -—------ 600 620 601 621 602 622 603 623 604 624 605 625 606 626 807 627 608 628 609 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 610 630 611 631 612 632 613 633 614 634 615 635 616 636 617 637 618 638 619 _ 639 REV. OATS pascamw or mote 08rz C". WATER AND WASTEWATER MO.n„s rwrzs: 1 4(20/08 n-auir ca • SYSTEM IMPROVEMENTS -aoo s 11/12/07 u-4emUn .. w.. MIAMI BEACH,FL ra.a av Municipal S Industrial Can-r0l Systems 1mi sry CC Out nwm 04 p • MUM ROCHA Mina= '0010' -maf, - s EENErtms MI Saw..1.1 Um...It*3>S1,MOM%MADAM Do 800 Ne P. 820 Firirti3 NOW F Aa •-033 801 cuoziu,7 I"103-34""" 821 802 oro I 0_m-" ®, ® "'-0 un 1 on 2'rvmi nr'7 erun0.ne 822 803 vrn a 0-30.5" la Eai B0• -0 vro a Or,VP.L n.r 2.1.112. 823 804 °rn 0-3 " la 6� °• —0 vrn 0 On vat_Purr,.Prnnar. 824 BT.' eta swa •°m 825 805 3P"'c 07.27 �ma "o!" ® on �'� 826 806 5711.E e0:" .,� "BE see_ 827 807 ' Sr m3A 0 Elm • 54..2E 828 808 SPARE - mme 809 s".e '1" 13 na. w,... see_ 829 THIS SIDE INTENTIONALLY LEFT BLANK 810 830 811 831 812 352 813 833 814 834 815 835 816 836 817 837 818 838 819 839 AN. 0.10E 202CRIP002 BY 0arc100 wa cuExr WATER AND WASTEWATER is xOrES 7 "/3o/oe As-BUILT RES I. SYSTEM IMPROVEMENTS a Wn/m "+-30370000 00 on. , MIAMI BEACH.FL 70030.0O0 • Municipal&Industrial Control Systems nn_.wrs 70.aa mux0 ae0ap ROCHA =7E.= 300307 22 12 CexretS •5.7.....7+..7.... 7•5.413.11•3330 700477017. • 800 r. Re 820 PA 17+-133 801 170 CO No-No vx N10W 821 802 vro 1 C>- la Dir, 5 -0 "D vrt" 17a'Braun' 822 803 Wo e o-°o."A la MI -0 Vru a VET vn 1.r a REuuREa 823 804 WD a o-m." m,�" we-0 vra R vn vn.nw'x.mxa 824 141 825 905 :.ARE °°•. 12 ,.,,.i Rma °"� some ® ® AR seq. 826 806 SPARE sRARC Rm" pC emi ' SPARE 627 807 808 s.ARE °01" WI 67L7 - aARE ..,rr 828 809 SPARE -' sr.a se..r 829 THIS SIDE INTENTIONALLY LEFT BLANK 810 830 • 811 831 812 352 813 833 814 834 • 815 835 816 836 817 837 818 838 819 839 -- REV DATE 8534.155110.1 aT 301045 an n1E0r WATER AND WASTEWATER CLIDII 013117, A/a0/135 a-aunt CEa ,t. SYSTEM IMPROVEMENTS ■ 1 13/13/a As-wrAUm as Dual MIAMI BEACH,FL " -00p1 Dram ROCHA Municipal S Industrial Control Systems Erna aMO0iilCplL iyyRD I°' s00sm 0m CCNIR1LS n.E.......a.... D...,..13..m.1.11. 900 920 FILM() POOR LOOP ciao Fromm 901 w" p edam °o M 921 I w,wr MOM arao 214415 1 902 • 1L, PRAM 922 903 OM I am YI 923• •sa J 904 924 • 905 925 906 926 907 927 908 928 909 929 THIS SIDE INTENTIONALLY LEFT BLANK 910 930 911 931 912 932 913 933 914 934 915 935 916 936 917 937 918 938 919 939 ecN, wa osNCarnon 00410 cow'000 wn cu WATER AND WASTEWATER OAW-- MOTE_. .1/20/N RS-KILT/ao/N RS-KILT CEO SYSTEM IMPROVEMENTS Prom NM a u/laroa AS-Ne,uLLao •N mum , MIAMI BEACH,FL 7 N"i'r."°N'gi"sOr9-oonl Municipal E Industrial Control Systems mix, s,a m satin •c"° ""�° •o. ROCHA sana4Tw woao7 --NM—• CONTROLS ..wwrwr..,,i c,ee Nem.aw n.wary r. • l P4.2+ can k .424 (PO7 ma CIO CIO ) UPI UPI P2 PP 21-17 1000 1 1020 r-----{ ---ma rK--- }---1 I I MMUS 1001 ® � 1021 L -J uc we22�^'L" -I mmara moauwa UT_IOtC Zia rK FlT_10'<'0 ..--1. b 11 rnm P0122 -mat 1002 mn7 ( em. I�1 N- Ccm.O 4 minim r 1022 aw fl—J rt n'''om MORT 4-2C am (s)MAP Earrcrs I I aOaur I u NO woe. ala OM WPM 1003 P09 ) eM.. 1• � r 1023 een JJ� Jl U :o w ION lb O....a :» I POMO I. mit 1:01.272 J 1004 2-ea LO 1024 ' I !IN" r on •®n eouv BLI". �i HO.IeMmIL7 1005 --0--I-- n ...eJJ C+ 1025 !IBR X11 L—J `t emnorcs LJ � 1006 L_1 F3' nuns/man um Is P 1026 m umo 1007 1027 mm 022.1 3 1008 ..-.-a--C 1028 1009 it [v 1029 1010 �4~ 1030 ms 1011 U Cm 1031 1012 ~C 1032 ms 1_ C 1033 1013 1014 `i~C 1034 ii C 1015 1035 +1- 1036 1018 I � m1.!s rid 1037 1018 1038 1019 1039 eV. oa1E oESmmwa er emm 1 vrr ..... WATER AND WASTEWATER O°^ POT.: !4/20/011 As-war m �, SYSTEM IMPROVEMENTS , .I 2 1y„r„,tmm� e0 WM MIAMI BEACH.FL oor Hunicipat L Industrial Control Systems 1ma raps TO 1M9 nw+m ,a® ROCHA SOMATIC 0000' —MP- a [64100[5 IT+.P+Pma..,.. 4O.MUM.l0'A.TM1. I Radio AntennaT VVY3 = d I ii �II Nextet Radio Modem 1 " [^ ^ fi : a •- �N . p mover Mild WS ° e e r. I_ �!C tl B d 3125704}1. NextN Remo Modem C❑M L1 OW 0 UT 1 f--\\....: m'm [newt* V i MR LSnawNm mE '—a MR PAM of axis 1T0 zucn++vnres 12 AND CANAL PAHA SA OW -c CAUSTIC.CMru101 SOM. ETEPN22 ETEPrFi PLC own CET TO PORT• / SP PLC EMNET Mw .1.01 BRAM \� PICAN-CPAGLORC2 Lr - ZvWCt//� fa.OM.AT®S to VTVS AM A-I SIM SALIE Ia•-e Pc.IAMC-M-Am.CALL I — nna m.mr a n°Yw, aver ...-..n_.......... Vs coma m•a, mwr• 20.20, net I 1. mm.aI rrI.ePI -__J — REV. OATS ASCRIPTION IT nxmno Oao ."TT WATER AND WASTEWATER x020 „o,, 2/20/00 AS-MILT CA SYSTEM IMPROVEMENTS I 2 11/12/00 anNEAUEO to ouw MIAMI BEACH,FL "'.Ale0I a a_OoR11. �� ROC, Municipal E.Industrial Control Systems meta a L WO 1y,Ip aIL 2 500302 CONTROLS MS*.m.r0.Tm.wr nor MAW.Makin 1. ■ • •• N: "-- m^ — 220 200 721.3 O 206. 0/0 tiles 1013131 . r Exl.l� °� r.o Omcr 201 �m • o a °°" 221 MOS 0 WOMAN r1173123 7202 • 202 n IM i 0-1207 222 © 223 MTN 203 . El RI a 224 204 :AD0. im 21121.12 am MOM 20702 OM T 1.30N 323 MKT 205 I 1°s 1°2°` in. mu =O.220 ascrarisa mm 3202 201 m24eew.) 1 i,„":0M1...-crag 206 R '2C. 226 Ime) 207.a urs 071012 227 208 .w /m) m-oraonso 228 209 229 • au .. 230 210 'IRl�t• mm. 211 "j���j a 231 uma. WILMS= eramsasx 212 m• nm a''91n1c oona 232 MUM m RAP bp" SU et 213 213 ORaO� w 1ncsmc 233 --I j KK C� u.r vz reel mimrt 214 MC l` D 234 aaa 1 215 0 235 ,... . .31 17.27 236 --ltd 31 ECIELSELX 216 D 1wur as+u- 21'331 nmeT 217 W17 C� ,7 237 t.2 U 213 OMIT 3. 218 c > newt 238 1 t1x 120 - 219 239 r+.1 NEV. WS mxxr2ar.0 a2mt •rt e1C2T WATER AND WASTEWATER MAT 100122 1 /20/06 AS-MW as .. SYSTEM IMPROVEMENTS — 12/1an1 nrrwlm r 01..1 ` MIAMI SEACN.R . .$"°0 l-0001 Municipal&Industrial Control Systems nu r6�pye yup on.NM ve® ROCHA MEW. 500501 CONTROLS ms sw..w2wr....w11..minor saw.. - s.. a NE W.M nip. tommuLtmallemn 4 US wcn P . 320 cnoo 300 s ue CM 321. sa3 n'• 1�•w-av••.i 301 • ivx�i°i° Ns ra o-an WEE ION s m4 sm 1 a o•., �� 302 I 322�s.ins ia.IJ P-rwiA PAD m w. R 303 •0 1 o I .• &I s n� 323 w ca 4241,V W. wMG 11118z'.n 7 PC°all I M. MEC r.+w- 304 a s• 324 cuo4,NI a a®er OM SOF= © 8mo m. 10 L 1134 o w PI ORM Pr x 30.xyTn Mu 661101.31130 E 44.0-14 325 �I o,-1 P--,, m• 10. 01.303trnmr 305 �" ,. m 3131 n•3•s.ija svr mea 10....-ocw...... 326 ir----3-0I •aP io-4mr MC 1003 306 `©�® •o 33• 1 rw 3c�104 w 304 sur mro� Palo n,smrmsv Vaikag 307 cm m0 327 anammummis 308 ❑m m 0 328 t I f. 1 43 0S_I a.uma 33.o1e R sumo as we J 309 • 329 r 330 I- o-L . =Y mm irr I nm'"I�'RI -.4∎0-11 310 aysn nn-100 airoo SLUMS '01 ar 9431-03t 311 331 3 312 332 ] 313 33 314 334 0— -0 0- 11 -0 O -0 KO 10 PUMP 3'4, IIIIUMIXIO.Unat42 315 335 336 WI 316 �y gnamaLSOMmemot 317 337�-- * y'8 rn°u"o<iw 0 mw°4 r mover•• 01103 _ . warm 318 338 �� USZ — ival Eos 319 339 EOM/em-•m sn• -- vcv. asrz ocscvna• • o.rz 4asosr WATER AND WASTEWATER ,n NOTES: a/m/••rs-euer 444�� ,� SYSTEM IMPROVEMENTS , 1 nm® YIANI REACH.FL "/' 33-030031 '• euv ` Municipal 8 Industrial Control Systems mss,,4.,,,s t•aoss II RE elm om ROCHA %K WIC 100301 111 I 1 iCa4T085 0311000.3..33,3433,10 Maws.a•.eni0 — ., 03111.960.21111LBIL1E 420 400 001 .3 An aan '0 nn. s .r 421 401 T.': ——_y— KC SC...mr C 422 402 '° earog1p0Y { 403 423 404 3. I' ala � TMimr r 424 ma LaUFFLEALLIFIL 405 425 At '01 -+uo-mx QC WNW. 4 406 426 4 407 427 4 408 428 409 o-s'Tr ama S.louT-0 n...nGm arms 429 THIS SIDE INTENTIONALLY LEFT BLANK i rvn arur+mG M 1 our-mva TO NG .ua NIP s n 43C 410 o-�e�,1 ai11---0 ..A,_ M a SMrt-mN1 m NGN mm�w a a,Gm a MY 431 411 o-e is �� TT-2g--0 na.rya®at WI M 3 313.10.313.10. m 4 412 432 4 413 433 4 414 434 4 415 35 4 416 436 4 417 437 4 418 438 4 419 439 REV. GATE DESrmPYON BY naeam urt IX1E,.T WATER AND WASTEWATER p1p0. ores. 1 ./ao/GS.S-.44.r ?J ,W SYSTEM IMPROVEMENTS u .mobs ry � a wu/e7 a-.arum w — ` MIAMI BEACH, FL O..6 w. Municipal&Industrial Contra!Systems not YAWS 1G B[�IMMO emo, ROCHA SCAM= '0610' ' corms ..........r.......n,.,,m5,...a.w..,. I [R Y 5 a Rarb Antenna- J a FE pR ix e d h d k',NeeRab Nod. ..NP mx a 6 c d eaD avnd M ._ r Nextet Rata Node, a3U/ESV Exr 0v Plt �_ :-... :., . --.- _ 1--,.. ..., ....... . g _ _ - ...... MOT.rontillTION 15 __ : . _ma UK WI 111 doli ITU vonli No. Mad.MALL SIX WO=au nR KW r �.�EE ErT , LaE N: R, E.A OLD,1. I,c.es WINSTK.PEaa•mrE Own EL-Tiddi �- DEVIWCT(EUUACATmnS TO OM VIA A•a Ed NOME UTZ Pn INS4,-Ou.co/Le " .m• •-• .n.. 6 I I n..,I I man..,i M. to>°°M a I lo..°" I Im°° \...\:----"/ \ J Rd. DATE DESCRIPTION At AA AA AIR CA'T WATER AND WASTEWATER OMIT xa aoTEID I A/ex/Da As-anu a® SYSTEM IMPROVEMENTS I E IA/IA/OT AT-Em um a Dud , MIAMI BEACH,Ft. • °EA!'c-OO Municipal&Industrial Control Systems �n u.wwrs ID ATUt'AIO en.Xo. PAan Rates 10CHA KO=DueaAN aousoT —9e— e camas mums mI.r..n..mesamodo d.Tod PA me 10-13 200 -- m —_. 0 220 nom PM 10-a-Iwma9®AE ' o rma mi oc 0- SO-0 00U120 201 irk. • =MO 0 r 221 • 10 M0' 0 m A9 A-13147. III¢202 11 © n x '0-� 106, 222 x06 me 9ne- E ��e 9eZAnr� 223 e a W 9.-12 9 _Ix 906 224.ry L..39,0690.RR.m l WS POMR a >xx MALT 225 In- uPS C=" 42Sem999s 06x91.4 u WS PLASM WIMP GlE OM ms(wre.t M. Pm 9�9 SM.. 226 206 AIN It rat 207 • w Wal.r 227 208 io nr NA) >o-r02u11a9 228 209 "' M2 • 229 e9A 230 210 I�1— 211 ..07.• l�0il amA iwix AL 231 �.1...� Mara 232 1M1 060© B211�mx 1S-X-102 212 sw I9.A 9994 x91ss 1 . Iwncc uv P9xm a3A nm xis 213 tat7t7010 .�msP 9.,.. 1•i © o•.xM xnwr 233 24 UM AZ m. a3u 214 MI oKK o o 234 01 m�' 1°,,,AI 2. aw 215 0 235 906 .13 1744-A7 R31 xLA pox99 a y 216 0 236 !�1 060© i.�w-11.0.s9aam. ■ xnA ran x06 ■ 217 uxn o'er 237 1 2 o g' CO: 1 218 a 238 x. OCT 1 E---) xx9x9eP EW 219 239 ft, WE 00CR4A01,1 IT 9069. out aurt WATER AND WASTEWATER war NOM 1 A/29/99 AS-9wlT CIS ,e 0151 LM IMPROVEMENTS no,.N8'Rp�s35o-9941 a IanLAC as-unu.m w 9069. ; MIAMI BEACH,FL �_ Municipal L Irdus`rial Control Systems OCR y1R,y 19 OCAO Isw919 OM 09' au® ROCHA sauwm 900397 al¢I . CONTROLS e9 1u.rw9r14..w rw P9nA1a NM... I 1 e 300 c� wool I a RI.3322 w 320 a,aa RIO JOl NMC(.l 321 L.,4no E "Q'"._ti a+o-iAv RM. .1 R202 3122 02,-2-22191 302 in • 322 .-uo ram nm -.vrNrxw• 111.11111 au 022 9191-072 a m . 303 •a ° 0 0e °�e.�a`aiv. mc 323 m ue.1ww" M. •w'�s�`.nmv AS o• a•Esc t �� ... 5.-¢5c o-Ofe 304 w'7`7 •a ss• b w`,prnuaakoa 11""'� 324 waac-ura NW to our s'2i. 20 NV er MOS tics 0.301-136a ows-0uw,SW-ae 325 u~«� �we-ura 6 'ertua cnm. 305 0 5.. m cm.0ms-W ass _ ■ 3m 306 a©� •a ss• s r� wo w°x 326 NO S w.mI w 3 a our NO OW LP .an.212221-as• TO WO V 071921.0P3 307 Om m0 327 '1" •msso+x s 308 O •❑ 328 5S.2-1020 sumo sssamo 33-5_1070 —°- J 309 • 329 r 330 L�.v-o-.. as �s�nr Dm •�,..0.0 00 Av 310 As.00A SLUM:, aimA aver•CJ ,m O. r 3 311 331 3 312 332 313 333 334 -. -0 0-• -0 Cr a.'-0 314 10/0m•I MP ID NY 2... 70 11120 2 MO 15314113S3;50.5=03/311 19YA_ 3 315 35 316 336 WM2 1'.''' 1}.— P.U) 317 337 anMC 1—Nwsar cowls yr rnnxr me P0Y MOM ssas 338 - °N m� 318 — oaia/m-om a+r_v 319 339 --- RD. 0an: ocx3•u0N a as. mu wort WATER AND WASTEWATER i. _-- NoM I 5/50/03 n-awU 010 1� SYSTEM IMPROVEMENTS •a.“0. MIAMI REACH,Ft. e 1S/ro/° '�' r MVO Municipal 8 Irdustrial Control Systems nu acne r0 Ru=ssuxo •+•"° r. aa•o ROCHA acNCiunc 1 500107 I ago a CONTR5LS ...ma.i..o,.x. Imo mount 61.11.17131= ■ B.w•Ra2r R.122 '81 420 400 Isiaiml © ar++L.hr-.aiam0 421 401 1�1 — y — ¢cro 1•-o i O �n Bem rtRB..an.1 402 0 r0.1 �1c .aio-ime 422 oraieete 403 423 .44 ' 3117-0.13 Y 404 0 °1� 424 EC 405 ° +im aetaL®sx��lih 425 EEC Ix>s1-.mo- EEC 41311.0112 408 428 407 427 408 428 a.m ro+.1 R+a hw i hm..�m 429 T•1IS SIDE INTENTIIINALLY LEFT BLANK 409 o-• x ii-- —0 rmee M 1 9Ur-004/2 20 V21 410 o-=a�a=°' i--$`-c w" rum m, 430 ow a iw mm r-a TO vr.� 411 o-ee Tl .W 71=g--0 onreetirm 431 hr i 2144-00V2 TO vim 412 432 413 433 414 434 415 435 416 436 417 437 418 438 419 439 REV. UTE OESCAITOON R 0.1.122 02‘21 mIDrt WATER AND WASTEWATER !p MOTS: ./io(as •As-Iw ae • SYSTEM IMPROVEMENTS nl0�s _oo0 • .1 11/12ro2 ..1+22+4110 r 0e+.x I ` MIAMI BEACH.FL sOOSBt xn. Municipal 6Industrial Control Systems im[,eyys to ELLE IMMO canna ROCitA .1tXl]YTIC 2 CONTROLS 402224E mw..m 4.4 K4 424 W WE 349 C. . 500 t :m �w+we,a,r ummc 52C aaI%m wiz let 4- M u mx m 3Mit I 501 521 502 baml ir yW2,4 2Ana, 522 O ne on 10 rr 503 0°611 0 x^_10'0 523 504 524 505 525 I T� grtE 506 amxl — 0 RAKE cLIZE_ 526 ��� seam 0 m 2160 is 507 0022) '" !'O 6f'�6 527 508 528 509 529 D mu E 510 022) 2)a - a 12.1162 4-20 M 530 — pt am MOPS tsaeo Li 511 Pmt "A - 0 531 512 532 513 533 1111' i' :6E • 514 � 534 O VAN • 515 535 Sla 516 536 I - 517 I- 537 518 538 519 539 TO uE ma UV. OM 0E110971014 IT MOM an w[nr WATER AND WASTEWATER cum NOTES: r 4/x6/aS•S-NMLt CEa SYSTEM IMPROVEMENTS E 12y12y07 4244122120 NO 02ax ` Municipal&Industrial Control Systems trtts revs m MIAMI BEACH,FL C.ma.MIL Al. Co m ROCNA SNOW% E00s6' -Tar x (ON-ROLS xvua u4,ma6.s..,, 243142 m..ns.mown,. 600 620 _._..... 601 521 6 602 622 603 623 6 604 624 6 E05 625 606 626 607 627 6 608 628 6C9 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 630 611 631 6 612 32 613 633 614 634 615 635 616 636 617 637 618 638 619 639 REV. BARE DESCRIPTION BY MONO Cult • Oc'ENT WATER AND WASTEWATER molt NOTES:NOTES: I •/O/oe♦s-ODnr CEO SYSTEM IMPROVEMENTS -0m 2/Way n MIAMI BEACH,FL ■ 1 ' '� r mrx , Municipal&Industrial Conrrol Systems P. mops to BELIE Isuem oNa xa ' NC,BD ROCHA OCNEYAl1C 00p0Oc —star 2 CONTROLS Ns wrnw N.a w. rvn macnN.gwflm i i si Radio Ant I w A y 4 iY ii �Ii Mattel:Lab NDtlen 3 F r- t � .C S mroi xw Y 3-Con I 11 I 4i i Nxte Rado Modem CSUISSV CO O RE Q r ❑ ❑ ❑ ❑ 11 —L. , ____▪ o-: r [DOW ij • -,i, R V TLIBAr]M S6 Vr11 E LLC]b� 2 RD[ISLE M.O. SSW ] SCE II. M6-AC 81161O.D =OWL ALIN FOLD' C '''''''r % \ n£,Er 0.0 TOTC.[EnE T Z Apr• BAO les-0 Jpo,BnSR ri MAT MM.PEOSPHEIMS XS.IaML _-- //� BEVNQEr apN]YJr1pE III MT VIA A.-S D.,.,- LBL•-•M MS-M-•m EMU i is .m, {°imJim -L Fr, .42 FS WII MO .--Ji 1 ` o m° Me an xmvnoN BY DDNmm eAn 0..I.W WATER AND WASTEWATER .a, Nona, a/m/e AB-BAr GCB ,� SYSTEM IMPROVEMENTS , AN'LDe�]$y oao MIAMI BEACH,FL ! s ,vrvm � a axulD ROC, Municipal&Industrial Control Systems arts w,sy is.s u uanNn OF,xa an.MAIM sooam CONTZOIS •....,..+e.arr,.a.unnwiw......,.. C —_V q –— 220 200 I uRmay ,....07th sex E AB 1747-S011 201 ,)'male 0 sa-o mnm 221 202 tall 0 321‘222 KU 1111.22.12-202110-120I 222 1.E m,p¢y,}py 203 a�© 223 m E a• OWLET 224 204 .916: H sy„BB. 1 ,.1 BNB, PM ILT am a 205 1 1es 10. 42,21011 WI WAIT 225 LOOS =Oft m, BBSYMPms MO VMU n awl ou,vur 1404 206 as m 0+500�Za: , " tm l d v►B mM.4TUB 226 207 LIPS WBVT 227 208 Roo 10 MP 228 209 x60 229 VI 210 3001 230 r.. wI1 211 v'-r' gr:y11 231 o'' um,50 1oeo.seara ,n. �. 212 7214 mu '-'12Vu" 232 !�� � © w9dAwu¢"iaa�r a EY 213 mn v„s um 213 H. 0 ��: ,© r~4C .... 233 m.2 0242172 °° 0141 214 1M1 laKK © e _ 234 IV mu aas 215 Bo 235 2222 P010 NOM 216 — 236 11.1 4040 m0© =L ex xa-ao VOL 4 BrA4 iam1-BU,PAW 217 xc217 Pe 237 0146 4145 0 IZI 1747-1121 awr �T m., ,u 218 238 CO on'C > sumer .,a 5014 219 239 a. WV. NW OCSC7Fn4N BY 053x04 PVC °0° WATER AND WASTEWATER wort MOTES: 4/00/53.B-B01L1 4EB ,. SYSTEM IMPROVEMENTS 01,, 1 4 VP,/a7 u+maum 10 mum MIAMI BEACH,FL v Municipal&Irdusrrial Control Systems mu,25070:160 eLUS!0500 no.Ma 7.c aw. 0.004 ROCHA 74x■0774 :00002 –mar , CONTROLS Mm G4 veeme s a r.R mm•pm,50741,.507•.,701.. • IC.is a. .. R.N ,,.w T_,a cmww —-- P4 :.. 1 C'-ra NOCn rN 320 MOO 300 euwra 1 x.wcµl I AA 301 (] I C)` 1 321 uvx'ic10 uc o-im. 302 m me t-1 y.1 322 aim Iola oa en num n.woes NO'0%m MRS i 303 17 ',5.1'01" pa aC o .aee v. a 323 wet 1i-uxa 1010 s4 w:t icmv um >"p.rr="ra.xRajN.ry I PARA »u DEO �_ io-Ixw 304 /l /"" pa so--2,-d0-r-• KK u LI ow 324 w x a x-u w:a auY mw 93-0SC a ws own no x 305 'A pa s.p---6- --0-• 'm°mom nn.s:mrwe 325 ,nw-u«i��ma ramie 1 i-v.o '" -a�-icimv 1� 306 � g J� pas up-a° p10-4-- .0 325 MP 1 e-um W3aa C, m Aaiwxw 307 pa sap 327 328-E 3T'� s� 70- _ 3;m_ _ I umox.xtmD 308 pol np - � L1 0 D.ue TsA+um aJTJam xst�ms n.oJmo xs��Om a-rJam I . 309 CI 329 I— - J 310 1 330 1 -v. ---ten-- i —%l l s'm xmasa u.wu m. 0 1010 T0JUv0 ]>m 15,070 x3JJ"A DEC WC T�� pa 311 331 312 332 313 333 �.c 314 334 o- -O 'Q -7 -0 0- `Aai-Z -0 ., WWI. 10IM■Z. w s lily ...CDASE 315 335 316 336 rowuDN ......R 317 337. ® AM =rare/ , wcs t1 PRIM tlxeNCr RJR ° illtt011 WRAC 318 338 OR*COM ACM - A /03.1-051 O. 319 339 - -- REV. DATE DESCRIPTION BY 0000 OM CUpr WATER AND WASTEWATER OMR Netts ./xD/a.vs�nv DEe ,� SYSTEM IMPROVEMENTS �,ri-000T i TL1�x As-weuun 00 eu.N a MIAMI BEACN.Ft. ■ Municipal&Industrial Control Systems ma. rxaac ROCHA sc,wnoc��mum °00307 . CONCRats An s.1.“./r.4 7.e...a..s,mono.wakes,. xi L. 420 400 Moo Om ,-an 0 �su acc 0xa4 sia0+ 421• 401 su 402 WPM M„ a rci•iaa 422 MC 403 423 404 ue0 0 4. sec"'xe'"`-iz io-rmr•424 i Mt 405 ma •40/111141 ure0x 425 MC 011333-aa13- MC en0.aa4 406 426 407 427 408 428 era 4"se ea. V -0 ...,.mm 0 4� 449 THIS SIDE INTENTIONALLY LEFT BLANK 409 o-• x u M a awr-000/0 1O Vr0 410 a e is ""eiF-k-o SeRAILIICILLIOSL 430 MLaWr-WV14 NM 411 C` rua��- -6 .=`—.'"-'y=431 M 2 a14m-3Mm 10 vrs 412 432 413 433 414 434 415 435 416 436 417 437 418 438 419 439 etv, OM ocsaevroel en anae0 am ART WATER AND WASTEWATER 0.• amor 1 0/20/00 as-aar m V) SYSTEM IMPROVEMENTS _ 1 a ■y12/0r yam,,.,, a 0u.0 ; MIAMI BEACH,FL o.0 xo. xw � Municipal&Industrial Central Systems mac�e tO w.4 004,0 040140 ROCHA !MUM X00 -war 2 CONTROLS .00..,0000..0 0000000.00,.4.5,.. • —__.r— ..— Dix .z. m.D1D ®' 500 •a 0 s00 Dxuoe 51.11 wmw 520 PACK:m All IN.-A m. MN NORM D NS 501 521 mil 502 troovl UM. 0 nu unr 522 DAIOR VIA 503 nom) 1004 __ ur_i00 523 504 524 505 525 ma :'x11■ I I Dxr r n51 506 0 0 WM..0 0 526 ��� i ''''.:431:4 OD Pout "0 x_xm � 507 527 508 528 509 529 AIM sxc 510 (KO sa - ER 530 O �.x emnen au VII �oA 511 9D9 u. _ 0 531 512 532 513 533 AllE112 r.¢ o"" 534 514 NO .. O 535 518 536 iMC - 517 — ! 537 518 538 • I 519 539 A u[40 — CPC an 3-5UILT or swam Iam 1. amrt W5TERM AND IMPROVEMENTS Pm,."�Swi-000i xorrs, a/so/u u� r m MIAMI BEACH,FL 12/1f/m .f-wD11xw 1 a um ROCHA MunidP LµnOTStrµal�„ntr� l 5yslz 0 mM oulne� n swmr _ (Ox"FOES • 600 620 601 621 602 622 603 623 604 624 605 625 606 626 607 627 6C8 628 609 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 610 630 611 631 612 632 613 633 614 634 615 635 616 636 617 637 618 638 619 _ 639 REV. DACE DESCbWRON In puma, un Duar WATER AND WASTEWATER NOTES: 1 N/DO/„As-CULT cER SYSTEM IMPROVEMENTS '.'.�100�'m-aoa I 1v:prvr A++u•.^ :+ NAM MIAMI BEACH,R Municipal B Industrial Control Systems mu,.MS to RELIC mAapo deCKED ROCHA SCNENAM '307 CONTROLS naw N.wNmr .. mw p,AU,mN paW.pm:. 800 "3 aA 820 01/9711.1110S LE M 1.7.10 A (n wowo we 821 801 0,1114 EA, ) 802 Y"X' 0— a .rte. -0 Yro 1 822 803 KM 3 0— ki c opv—0 V7p a 16,w,L>.w a ara aril 823 eou 804 �°°o- ® 2 Vaa—0 v"° Y"Y Yn■wee 1 x+ear° 824 KM 805 VANE la 1 1 VANE Ses¢ 825 asla !1 806 WIRE 01 m 826 SAW 807 maw '2" yt vurc SPARE 827 °0. mec 828 m VANE S 808 eoaA 37aae � ' 809 V„NE 0090 VANE 21t6C 829 THIS SIDE INTENTIONALLY LEFT BLANK 810 830 811 831 812 352 8 813 833 814 834 815 835 816 836 817 837 818 838 819 839 ' -- — KY. wrz oesravnoX n 02299a0 O.rt 'Q WATER AND WASTEWATER MP NO. XOTS9t 4/20/06 AS—MALT CO SYSTEM IMPROVEMENTS M�30�39—cool • 2/11/07 �06V0 00 W au x _ MIAMI BEACH,FL oaa Ma Municipal 6 Industrial Control Systems 17/10�y3,0 aMII,su°o tr.lam aa® ROCHA 0e1401A0C 300307 ten(3•COXTRtS was.awnrX.a.a., aO WAWA a°rL.aom na 800 °� i _— 820 _ __- a1a31L1RNL N nr-m 801 pent'(h wssw we 821 802 Vr.' 0-ern l„ ® : -0 NYS I >FT III",n..'"LIM 822 803 '42 a o-°°.'" ran °.A-0 Yr' 823 Ki 804 KO a O. 00:' Ki °0=°-0 VII O NOT vni rt.T Drawly 824 805 sv.c 'T" la tee, °0°° s.A.S scec 825 806 SPIRE °." la UZI °p1° s.A.S MSG 826 S :'. SSNSY SPARE 827 807 SPY. 'I ® MIL Oa+ .em sv.0 seAE 828 808 Sra '� 809 SPY. L"LI SP""S 9WE 829 THIS SIDE INTENTIONALLY LEFT BLANK 810 830 , 811 831 812 352 813 833 i 814 834 815 835 816 836 817 837 ■ 818 838 819 839 9V. OATS DESCRIPTION B mn® o•n ". WATER AND WASTEWATER as NOTES, ym/a AS-,eunr O 111. SYSTEM IMPROVEMENTS , � x ix/n/m +s-racu�e 0 ovr MIAMI BEACH.FL . V. Municipal S Industrial Control Systems nnS u.vs 1O Onsc stnxo ae® ROCHA aaur+nc soosm am I=v Comm m.r,r..I.....WM 9m ar MINX.N. ccal 900 920 RT_1OM Pala MEP 901 0ia 921 aniula 4-an 902 u�m r°" �11I III����au`mu. 'a=MUSK 922 903 pin I ° 923 J 904 924 905 925 906 926 907 927 908 928 909 929 THIS SIX INTENTICNALLY LEFT BLANK 910 930 911 931 912 932 913 933 914 934 915 935 916 936 917 937 918 938 919 939 REV. o'C OnalmaN er aomm as • "gr WATER AND WASTEWATER CUNT MOM 1 4/20/011.NS-wns cn SYSTEM IMPROVEMENTS s 13/1200 4s-snnm we ma.. MIAMI BEACH,FL 15-0^01 Municipal 1 Industrial Control Systems pm la icus nR.VD _I't�I. 0161(01 ROCHA "NOY= 300a7 em CONTROLS Nauu.r.rwr■w.x.rmnmma�Ranor� /4424 cox. 74424 0.01115420 714.OS(a SOURCE) C].N2 is 1.7 1000 9uaii. 1020 _—__..{ ---gym we--- }--� I I me_9<mt 1001 '^' " 281 NOW 1 on 41191101344711 1021 L -,J.2/OM NL^ 1 la 2 ,� FIT 1020 0 arum= UT101G 70-101 i u.ortnc nm rc2 1002 OM < sra. — �✓�. 0'm?�.. 1022 fl �— m_lm0 1 ouiptrr rn'�ux inxr.crs I I I e`a w w na 1c+w 1132EL 441.1 1003 (so9 ) 6012 1023 02��,1eur U .a m 11220 w x.n MOM=salmi 1004 L? 1024 10Q J 41,E L,AJwie.s r..0 mm� "r MU. ter - �' 2 Y w xyn. 1005 1-1—P—I—— t 1 °i C 1025 4I0© L_J T _ '8:: 1006 1 L_7-1 3 F m.xsalrss:s7s le r 1026 I n4 1007 1027 snu e s 1 a' 1028 1009 to C 1029 1010~=.2 1030 1011 T\ C 1031 ii 1012~C 1032 1013 iE C 1033 1014 ~C 1034 1015 11, l- 1035 I o-- 1016 1036 1016 , 1017 71'' 1037 1018 1038 1019 1039 xores. REV. O.TE 0ESCm�11 07 6212 c4Exr WATER AND WASTEWATER wort i 1/20/02•s-2102.1 cee SYSTEM IMPROVEMENTS MIAMI BEACH, FL tr"*"21 44 001 2 lxnvo. .s. 7.21 1 .sr n ` Municipal 8 Industrial Control Systems .LE 0 10 eEU>:nano waver x,60 ROCHA scREMATIO x CONTROLS n8sro,.e....0n.r0.,wr 0001.onu2200n0n. 10 ■ f - 1 1 R Radio Pnienrw 8 it np ° d u qq gl [T 1y W ly I #S I I Nex<M IIaK db Modern e & E^ at S r ■ ar�ci 100 14 ,.. i- E i 00670-0 Nexh Radio Mader, 011/00 O ^ i!1J: - , i AL PAK jnPL p1 malt 111E y MO we as mia.001 T -n1 -0 waAM&Coeuml 1EOwPl PLC awes MT TO PCB,4 C ""'"r l/ ` i1ET Cr IBC E11.000 IN K101 EPOLCY e0.61e00J.01100 riTCMO 00K1gK KAY G/li I / -- EVnE1CT mSM TSC It N9'a VIA 6-1 SIN wOIE MC H 1w 1A0K-4v0 CAKE i Ma zoom ■••••••' Pm• —.......MG.......81 WM marl a.M..■37. .Ai I� I I� °I �=I � � ` 110. aiE OE100011O01 K oeaxW WI °1°m WATER AND WASTEWATER CLOrt xorss: t 0B0/011 0-BUILT CEP � SYSTEM IMPROVEMENTS / MIAMI BEACH,FL + -�' I 1v1vm .+-.m um m wa ` Municipal L Industrial Control Systems ma,lym to snu I&om 'i° MCI. ROCHA BLOCK 01001610 5..7 — 1 CONTROLS MI SAW .y.Mew Mn•noa•m 10101!+0 r•. 200 mw:c-- M �� 220•• xz Nemec eec 2 - 2 - . nor. orvFxr , 01040 201 w. °-00e"m 2z1 latill MI 202 lit 0 m �°0YQ_ ,m. 222 © 223 20 - e 204 4 a mod, 12® zza ,2,0.01,0701 COO as a MOP SOO COMET 205 ' um PONS rats =r1a a .melrm OO20 14111 225 iti 206 «.w a Wrw)® , 0.200 S PIN SU.S•• mrEC� 226 a> UPS CO1PUT 207 - 227 earatiaMeet 208 2,-2, .., soo-o"roemO 228 209 x2 • 229 210 so' Iii 230 net. m+ 211 1raFr a 231 annow ums xt 1.041-49546 OM am,, rev eaa. 212 2cu lo.. COVE MOO 232 1•1 � © SW SON 1S-24-100 213 al alE. ,..ail MO o o ��-© nc:w ies WPM 233 aimwii mar 2-s` 214 1�I © o . 234 e wwr xw+ ON 2004. 215 0 235 °0 wllsi-Aci 216 236 1i s D1 13-14-100. me rul mm PlC2i7 ' 237 1� O co 217 0 r, >a-tn, a aumir /anW— SOS 2.s+ 218 a 238 e mcr'C—> maacr ul ao 219 239 on — RSV. wre mcceomos M DOOM c.n CU.' WATER AND WASTEWATER r.. • eons: t a%ao/oe es-euv Cm 1 SYSTEM IMPROVEMENTS I ,ywel +1-a20.� PAM , MIAMI BEACH,Ft. 0 .'w8"Vslu9-000t Nanimpal b Industrial Control Systems not SNIPS 10,o eISLAM pe0'MO' taco 0.v ..140 ROCHA SONCUNnC 0000.07 —seer 2 CONTROLS a.:.........ram.e,SIN n.w:,.me...let. I — w .. _ p fl .w-o•MO II2 w- 300 r..m 'a nrmoa 320 mo/ E!Ii` 321.--i ae m n-.102233 301 ' 323 .n'913.rx • _ xa, a xa 302 322—" iau.amo tau wm r�r� a'm gm nn"'1 rr. r.r rla rm an g .. mi 323 t;-u+a wean 2012.222.1.M� a 303 .o a. �...r�..,.m �rw n. .ur xax am a. c ms�w io-mv nn Lou. 4 rwxax-u�oo'xarwx 304 •v amx wr.1 rd a SW slam .m. xs,!m ns m &CJ-nem. >am a iem MC wsa-ocxw.s..,a�w 3251-uic 305 �"R:1 a v. �.n.aw-ios. -3`3.30 OM MA ao MC 0111-acxw.sm-ax 326 .3~mx. m.-uca w a teur m a06a.0 o-�xw 306 a©�® .a v. '� 'gym-p dun.33103.3311 n vo rr oxen.a 307 ❑m s+CI 327 memaxeam 308 ❑m a❑ 328 1 1r aLLIme x:s.mm J 309 • 329 r ' 330 L _'j', m xsF—�•'mt a°° so =".a o-1s. 310 11-0-1070 mama MIA. lw.m OM 3 311 331 3 312 332 J 313 333 334 0- -0 o- a-0 o- �l -0 314 10.x0.Jar 3 315 335 3 316 336 OA �—wr. 337• {� �, mama awr'xmna.�b.r 317 a r — MKT 11. 2 • .xxta xs.x-n 338 p1AME L0° 319 _ nvro r � ___ m/ ox aw 339 319 _ ..2' WATER AND WASTEWATER WOO., ' OM o.. tr n MM. OM 1. SYSTEM IMPROVEMENTS M. xcres: avw.as-0.1 MIAMI BEACH,FL ' ool ' "/'L° '� axnx Municipal&Industrial Control Systems note rxnrs,o•aye ay.,p Inn gm lel m.o® I ROCHA :+ax.......r... t.. w.asurm 500°07 ->ar x • (Wafts m• w.f.M.o.. ee 400 a 420 BALSNLIDNUMN mw.a_ion am B :=21":11 421 407 %x — 0 su ,cc WS-mw � 402 0 7m "iaoeee''''' + im. 422 403 423 404 Bu 0 w 424 405 A' 7. MUME-9.0ewc 425 LOC 1x LEA 519.1 -099-ux 426 • 407 427 408 428 409 0_1.,,,tf ve"iF---0 `"' 429 THIS SIDE INTENTIONALLY LEFT BLANK mvnM— 410 re. swrt-mv0 0-.4 14 .wB"i«�c-0 p"n'A TO a I OA 430 nr a suc-09901 ns vro 411 0-A4?r. qua "i1---0 r.":,,,",,,,V` nv 431 412 PM.a sxuT-oovN 432 TO WA 413 433 414 434 415 435 416 436 417 437 418 438 419 439 REV. DATE mamma, BY onion PAM CUM WATER AND WASTEWATER COPT NOTES: 1 0/00/80 as-uns eni SYSTEM IMPROVEMENTS . MPROVEMENTS a9i MIAMI BEACH FL "/� � MA ao. ` Municipal E Industrial Control Systems erns rams x4 NW. ems° hill Omni ROCHA WOW% MORNS 8917....B..n..,...MI.m..sw In“L OP • a. .a. 0 aoo _ 520 500 AR:m Oe x A" SOD m ARM ail an.-m,. APES a m, 501 521 11 502 Own mv. D MLitt-LLCM. 522 0 RAM♦-m M SPA. om ID IT 503 Om,1 A'u !'p ur_ioio 523 5 504 524 505 525 I � s9sew Mi 506 Man ARIE.-A+. 526 d0 • SP.0 111 MO GPM 3 TO MAIM 507 OM ,m. '117 A_I 527 5 508 528 509 530 ,iII >we 510 NM „°" iI� T M@.'..m..� TM O 0 A e9 num. 511 Nml s.0 531 5 512 532 513 533 Ol!' auc 514 534 D YM[ 515 535 mak 536 90 516 517 L"r' 537 5 518 538 • 5 519 539 A l.lC!m QA.. DATE msynAR R �� p' WATER AND IMPROVEMENTS WASTEWATER Rota, ,/m/o./3-N,LT CO art ,� SYSTEM IMPROVEMENTS ,� �W,.� I PM,PM •M � r ; MIAMI BEACH,FL AM Ara WA I ' Mumma(L Industrial Control Systems mnA.,,,10 mAA eIDZADI ROCHA sanum0 smm —yam. CR1 7R0., ...,............,. a...wo..m..,,.:. II 600 620 621 601 6 602 22 6 603 23 624 604 6 605 625 fi 26 606 6 607 627 6 608 628 609 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 630 631 611 6 612 632 6 613 633 634 614 fi 615 635 6 616 636 6 617 637 6 618 638 619 mrz _ 639 am REV. GATE ocsCmvnaN BY Romxm CuenT WATER AND WASTEWATER NOS, 4720/00 As—BUILT CM SYSTEM IMPROVEMENTS 4 ""e`�E"1°°fisia3—a0 s 102/07 es—emUC .e mum ,; MIAMI BEACH,FL o0a xa r40o. Rn Municipal&Industrial Control Systems nTa wars,0 BELLE isuxe 500507 acaaR 6600-19 0 s 9 scx 4snc CONTROLS •srsw«u.e4r.40.4.sun equetse egewmr. P .z _.. 820 800 =LEM= AII 1740-030 MAUR(0)163-:.3 we 8 801 821 802 `F0 1 O-63 ®.,., [. -O vro 1 Vr>•Vn,aw,"..rt 822 803 VT a o- .. E;.n '.-0 vr0 a BST vn I..w P araimra 823 804 VPe a o-.a°•" j 80-0 W2 824 span� [•�.e a0a 805 auE x1JG 825 °06d ZEE 826 806 SPARE p1i � ''CZ auE 807 aAPE 63:' Kk Ly(1 • SP.tE SPARE 827 808 voice 63e. ® I2I amp Seen 828 809 mud °TA 'a'LI WARE SEAeL 829 THIS SIDE INTENTIONALLY LEFT BLANK 8 810 830 8 811 831 3 812 352 8 813 833 8 814 834 8 815 835 8 816 836 8 817 837 8 818 838 8 819 839 _. MI ". WATER AND WASTEWATER p1p0. .n. Dart o[-BUILT ar .ov.P . SYSTEM IMPROVEMENTS yphg; sS//0e AS-BUILT to MIAMI BEACH.FL sfb-0001 : iywa> u wsrwm .. w..x , Municipal Y.Industrial Control Systems mu yw,s 10 eut iauw e...a .wn .3. oeam ROCHA xwa.no 500307 ,,r t CINIRtS ..1.....63....3......<.13.a.m.m...,0m 900 920 aMIL"21"13 ussm O 921 901 041.111-PSC I VTM r am.vaow•sxna 902 a evawa nms. 922 903 tun _ • I 923 am J 904 924 905 925 906 926 907 927 908 928 909 929 THIS SIDE INTENTIENALLY LEFT BLANK 910 930 911 031 912 932 913 933 914 934 915 935 916 936 917 937 918 938 919 939 • °°^ REV. DATE xs0vir00a WY =no m DATE CUE. WATER ANO WASTEWATER MOTES: T 4/20/0•AS-MT w SYSTEM IMPROVEMENTS ,NO a , wn ��� aw.x MIAMI BEACH,FL 7P3 $.x"%37 ` Municipal&Industrial Control Systems ma rrwas,r aaYp °YiO'MOi c.a. ROCHA zwousrc 500307 a canraats ,•,.......wT...O.,�.m,..a.s.asw.0r�. • • • R4 N1K 14.14 (•1LV0 ma 010000€) Ola 1020 ,m 1 a.a--- )--- 1000 .*.,�M r----'< -- - I I 11111MOm ■ 1001. ®al' "n --. ' 1021 L zJ 040 mat B? 'J UT_I010 07_1020 M,---+ =ALM roux 1002 MO 4 S' ' ��� a WPM m m ma 1022 O1O fl—T m � " m 00 u)14.AY wows I I oilrmur. I r ow 40404lwi 1003 an ) �' .. Z MOM 1023 an J�1 3 a,o m 11000.WC i SF 1900101 IS I IMOD OM 1004 p L 1024 Q J !11p pea ar r—also n°p1 rar 1005 �'�—JJ C 1025 u� 1 L—J airman �.+0 U L �.. 1006 1"I r mwmmc ss,ur 1026 I 1007 1027 e1"31111— �, tone m�.---a�� 1028 1009 u C 1029 10101 C 1030 1011 u C 1031 1012 Diu C 1032 1013 1\ C 1033 1014~ 1034 ii C 1035 1015 au 1016 M- 1 "~ 1036 so f 1017 x 1037 1018 1038 1019 1039 — wt. efl . r ammo II mom sa o WATER AND WASTEWATER °1O".. NOM 5 40/2o/00 4.00.1 cse VIP SYSTEM IMPROVEMENTS 0 MIAMI BEACH,FL 1M'�1 at-0001 1 y,:/m '��� a..n, , Municipal a Industrial Control Systems Tmt swrs m nut e1tMm 1 m' soasm o� ROCHA ..........1...1.e....n.54.,1401.Km.,•,... saloune —seer la 1100 1120 -- - --- -- ---------— -. __ 1101 1121 1102 1122 1103 1123 1104 1124 1105 1125 1106 1126 1107 1127 1108 1128 09 INTENTIONALLY BLANK SHEET 1129 INTENTIONALLY BLANK SHEET 1110 1130 •• • 1111 1131 1112 1132 • 1113 1133 1114 1134 • 1115 1135 ,116 1136 1117 1137 1118 1138 1119 1139 eav, ogre mammal er Doom Due ouom WATER AND WASTEWATER ClaOR„ 3/00/ne As-11.3•7 a3• ,ID SYSTEM IMPROVEMENTS ■2/,3•/02 /4-ram mum a o3•v1 111 MIAMI BEACH, FL Municipal&Industrial Centro)Systems mtr. 10 ecut 30ANU ma- "16 00=0 ROCHA mxasune seosa) —seer caramels ++ate+x+.4a.P0.an atmsu mN,,,me. , Reid,..antenna 5 yy F! rpr[T ry �i ` .� E r so �^ a . $ ?x - �I I Neziel Radio Modell R j wr ig� IRA a a a S c}now[r WITCO MO ::S' 0S R 8& d MOW-. Motel Radlo Modem I tlUl. . Mt _i• li _ r ..., r-I ❑ ❑ ❑ ❑ ,Q s........ :#: V .�_ OICINCT R — =.a MOM 1113TOOLITO1 To nu tsu 3310 PAM 3 LOC 310 15 MO LOC 333 WM PLOP TM s rw30307 30307 n T VP mm vra_ms+10011L-PC TRW.COMM A m.. scwc / e OCT 10 1Or' ALLEN OWLET < / Cr TIC MONEETM. L . //� OLVNIICT oTMCIR¢To VMS VIA Me SW 3231 134 M!n.OM-ft-33m.CAM // .-". a.,®cmr• vim• ......-"`" _ ....ma..2:Al 40 WIWI 122A I,,....S.n..T I E I .=I l�.. �I Imo= I I L_IJ L—_J L—�J Tn. SO/ 000sTUM er WOOD IwTC ntrMr WATER AND WASTEWATER OM 10100 T S/20/00 as-wnu c� 1 SYSTIA IYEACH, ENTS Or 1.'"V.40-0001 YIAYI BEAON,FL ' vTVa+.r.erMTm NUM Municipal I Industrial Control Systems OM 0.ti T.., esdo µ° 1Y 0,.,® ROCHA MCC WSW 000002 "3rr' s coNTZas Me,....aOT..T..T«.,MM COMM..WAmOm re 200 _--m wc0-- u .. r�an�i-�a. 220 r• 1747-04 awrm =IMAM , w m acvm[r 201 we 0 WAD aanm 221 NEM ilia MORI.WAWA reaa 202 n Kai i © mw m°C¢na_cra o-mar 222 203 ice �� 223 LDITOO e 221»-001 204 a .rolls. WAR tox sam_1s aw 224 �wr 22702 a,� 1- - LAMM 6.141 Dunn I ra tea* 225 ICL 205 oft mos ==K" alsarwrona ram amr WI ms C'1.410) ` a S Sf ;"CC4 226 206 �'Z1�' I KM wQW2 207 ' 227 IDOILa= 208 m0°rae Om so-o wma 228 209 mu 229 210 'Ie■ 1• 230 slls nw. 211 r'j`e. =4 231 J... wxix a L„r,.ir,rr . ..1,7..01. rr. ar 232 1�1 rn.. 0880© aa. YrMiw 212 MA w.. rz .ar, sn. utw.w wo ram mr.7701 mw 213 per© PLC Ws w 233 aIMi oM en .ww 0s MA 214 HMI MI 234 m.. 0 010. mw 215 235 ws . aaaalas� ..a 1746.-A7 216 p 236 !a• mw 010© ��u0�w arr�-ann.6226. 217 PLCI17 aW'SaN 237 015 vw 0 o .We in i an/50Z LW 2..y. 218 (U 238 av prf I t > SES! w. OW 219 239 I'1I _ SC. 0577 DCSCaeimC 117 662266 WA C4 ' WATER AND WASTEWATER rxy x01)8: A/20/01 6-01467 CO ,� SYSTEM IMPROVEMENTS x .x�rra1 )8-2201.5 w UAW ; MIAMI BEACH,FL -o. Municipal&Indus'rial Control Systems mso ywra w xui ITIa1D Mam ROCHA a..rr.rauwrw...i. SCOW= 000607 —te,. a comas WO wawa. r. a. ei 31.010. a 320 300 C7300 o.. 300 307 0303(.7 321 u 5--77's us lo-la.• Id I �" , v al mr 302 I 322 III 2 u«�a2>s nun 15' 01.7 TO 003 ENO Ir ry, ii lJ 'rzrl:-.nmv 303 RI� .a .. .03.0.2 . 323 i.-I.m o.l n2s su-em 107.7•7307007003.-70010 I uu a. lalo-lmv n+wuao a 324 304 M :a a• '' `s`e"`asMN.... ws:ac-u waaau. nwnmlaa rra xs s-mn su 305 a©� • • m - N..>aol-aaa 325 sl. iam1 `'' '°ar'3� ui • .. ,.... "m vu 306 a©Jot 030 a a• • JO 30 .n.>nm�+naa 326 .r l OWN .r la a WWnr 337 aic 0.31-01C l�mm 10 NO 0 011031 307 0a 030 327 • 328 >s 540_ _ l4._ _ T ,v 1 308 0° 10 la s ssa u_s_mo a..ae as Mme a.o_an eeia. a.r-te.I ,,,sn 329 -a J 309 • 29 r 330 L y.—o-b�x___.. wb'r--yi y� ...sr . 310 as-an 2x1001 a.r_mo aua70 'a care w'0i-0%o-imr 3 311 331 3 312 332 333 313 l�00 MO 314 334 o-- -0 0--r ye.-�,--0 0- .,I, -0 10 PIMP I WO 10,3073. DI.Y I W 151.M. a..we 3 315 335 316 336 xmua0neeae --wr. 317 337 ® E. wiuR _owsmn aawu Mr a,.r.. a tratm 5352-53 318 338 - apace ma "' - WA'/auau Ka"' i I 319 339 -- - acv. an oLSCa.na. r .a..o 0337 IX1. WATER AND WASTEWATER ,I°1O1f�--.-- Nmr& I 4/23/03 55-BUILT as ,� SYSTEM IMPROVEMENTS I••1'0�1 f-0001 MIAMI BEACH,FL 2 Ivlyn u.xrtlua w aul. Municipal b Industrial Control systems imt..rs 15 7N7u 235.0 Ma No. wa u.. 0000 ROCHA SCN5Wi1C 500'10' .f CONTROLS lial*.urau_c7345010101.re>.u+.l. ■ P4 ma 0amxnvR w'sa 420 400 .m• u31J-1071 •E 401 71 — —z--— . °:,17.1'.71,1-7& naa Mim 421 ila MC 1.8-05C 402 m� ms ac asax+ lax 422 403 423 404 0304 0 10-1 424 am cec MAKIN 405 0 ms tlama am 425 D¢11471-08C 10 436 426 407 427 408 428 409 0-e R. was 0:0,--0 ®a w 429 rim SIDE INTENTIONALLY LEFT BLANK 410 mP 1 S.U.-mm o-•re TV .c its-0 PUMP a man 0v 432 PM R suT ODVx RD s99 411 o-e 04 .u. sif- -0 Pav a nnm•1 ry 431 POP a 15111,11.4 TO vra 412 432 413 433 414 434 415 435 416 436 417 437 418 438 419 439 REV., DATE DESC IT0n n Doom 0.m O,TT WATER ANO WASTEWATER na>•ES: POW E � 1 4/20/041 SYSTEM IMPROVEMENTS x 11/11/07 11-.10.20 m my. ` MIAMI BEACH,FL eaa sa run �• Municipal&Industrial Control Systems TIRE wns to sslr ISlalq a.aa ROCHA 0CMO50401.511C sou...3' -war x 10R165.2 .aa.....war........4 mwn.Raw..mm 36 cott 500 K. „03°0° ,.22.2�111m.. 520 a o uE y20.U1 N 114-610 2000233 2 uu rum lel 2.32 i.n 4!A 501 521 il 1 502 00321 em. p 522 9. olovorr 503 b00t1 snu !'p 0_320 523 4- 504 524 505 525 moo OWL 506 ma 506+ ewe gym 03 526 ID "moo m 3360 i2 PT,. 527 507 boss) me _ p 508 528 509 529 imi m2nixzss-32.60.s 530 • 510 (ma) °10" i'� 1,660 m im n i 511 ors) sn. p 531 512 532 513 533 m!'q WA 514 01114:1 534 p OWL ye 515 535 5 516 36 517 EL^. 537 518 538 519 539 10 OK 3m _ K2. OM 023221/0102 e1 03223220 vrz aan0 WATER AND WASTEWATER MMOO u 20123: 0 00/0e 33-12227 2s) SYSTEM IMPROVEMENTS 1 �Wet MIAMI BEACH,F 1 3 u�iLOr 4-1141.10 4-1141.10 r �� L` Municipal&Industrial Control Systems mu Mwrs 023 ems,.�slµ0 —M0' ear. 112''' MC. ROCHA 3b12113712 500101 `Tr e tan'V&S ,........1...1.......Ilan MA..2nr.>nIan 600 620 601 621 602 622 603 623 604 624 605 625 606 626 607 627 608 626 6C9 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 610 630 611 631 612 632 613 633 614 634 615 635 616 636 617 637 618 633 619 _ 639 RE, DATE Daaema1 n Mom ouc WD WATER AND WASTEWATER AuortA nom I 4/20/06 AB-BUILT m SYSTEM IMPROVEMENTS l s n/nM AT-uerv•^ Bo maw MIAMI BEACH,FL �� Municipal 1 Industrial Control Systems Tmc W° wns�o B¢u mxn oEOEO ROCHA sonunc o00'0T : - ------- rs ce— - - _-- 820 -- ------ - B00 > N Ia4-°4 801 PH arum 0)103-34 WC 821 802 'oro I o-.. MiE - -0`^'o t 07 001 21212 I gra3r° 822 803 "ro z o-® a Eai .° —0 12425 a "'✓ 823 804 es°3 0—'''':A ii •--0 vrs 3 -- 824 805 25naE ecs" LI goal 3a 25401 223 825 ems C� SP° Ieea 826 806 SPA. 807 22023: •" ® raEl cma 2542 3433E 827 808 sm. °I" la °:m nua sees 828 809 55401 ." la ;!,v 2553 2013 829 THIS SIDE INTENTIONALLY LEFT BLANK 810 830 811 831 812 352 813 833 814 834 815 835 816 836 817 837 818 838 819 839 NOM - REV. WE 020.111/021 05 022.0°° mac cue. WATER AND WASTEWATER am 4/20/0o 225-33014 CO � SYSTEM IMPROVEMENTS MC row i 3 unOrar .°-cmum + w.w ` MIAMI BEACH.FL _01 1 Municipal 8 Industrial Control Systems lma°vrs to ante mAxO .x310 ROCHA 521435512 50030' .5.12 CGNIRCts 05.55.554504,5,5.0.2.5 4421514 4554110. cox 900 I 920 PIT,Cep ISCISICASPCOSSILIEMICIEH MSC IN 901 p yaa.�,ai yo 921 rmor.moms 902 ,3,,,, ' I I =IMPS= 922 11__ 903 NM — • YI 923 J 904 924 905 925 906 926 907 927 908 928 909 929 THIS SITE INTENTICNALLY LEFT 3'_A NK 910 930 911 931 912 932 913 933 914 934 915 935 916 936 917 937 918 938 919 939 OM Av, curt oeswvnoN ST scar Sun . --'Up' WATER AND WASTEWATER —— 1 4/20/oe AS-SL cco SYSTEM IMPROVEMENTS S 11/11/07 u.SSrweo .o ue.. MIAMI BEACH,FL ' ' 1-cool S. Municipal&Industrial Control Systems mcc was lA asus pl p °"e cu Nun ay. ram ROCHA saceaa SOS= nor S coxmas PM m..w.+..,.N.N,I...ea.81%mM,M T ,..a. K ..a. (Car a.e 011.11 91116E) C.42 —— 1020 '-----( -m: --- }'--7 l000 I I eaxms nom I 1001.------110 1.• R1�: ;�� 1021 t,l u:e ran _W 11011110.2 xromouticen 0_l0l0 ta_10no FIT_1020 MI 0RR6Ck n::1N VAC �roses - .Ane_Va.O.aema 1002 Pae) E sm. FM r to m TMrsro m 1022 p0o Fl m .20. ONO ls)MAY 0317 R Wlrll • DW e:maq RM Well 30.∎ �� I a 1023 amn JL_ ■ a w'alue ea 1003 Put ) I euo wA�a anc IMO 1004 2-sox o 1024 J 411N P20, v 17,020 1005 -I.-— O °JJ E 1025 T FiB 1006 Iti L 1l a nu.ssm:sr to r 1026 ■ I m 1007 1027 Ny 1111 � 1008 +I Fri 1028 1009 ii © 1029 u M—.-11 VII 1010 1030 1011 It 0 1031 • 1012 I'- ECU 1032 1 1 1013 m 1033 a4 1014 13M'-`-1 1S 1034 1015 11 al • 1035 u 1016 ■ 1036 I R3 1017 ,1 a 1037 1018 1038 1019 1039 REV. DATE DESCISIIDx K omo UM ..." WATER AND WASTEWATER 2.4.26.--.-- w NOTES I ./20/0 AS-mar CO SYSTEM IMPROVEMENTS a M/11/m As-.ere+m :e mmv MIAMI BEACH.FL 9ii::'r"°�'5 -050l Munidpal 6 Industrial Control Systems m¢s m anu Pww �' 010:020 ROCHA scutgsne 30p307 COY WUIS aa.S.....ff...raw.....Mg DAaaucaa u. 00. :0 • g @ 1 _ i 5 a Radio antenna I g P d gp - -S, 8 ,.• o [ 3Q Sm a I:3 a `JS Nextel IRX Mogen 1 R �� dE: - _ a �Il R { uVS __ .. } S C E�etr IS we 1O�P 5 A Nextel Rada Moder d - __ [SMASO CO COPP PLC ________ LI1 1--- ,.. _ ......_ ETET — = 1 •R Vasmmurml ---Q ■-0 TEE MO �� DOME PAVEL KC 014 ROOT eR� EY�R.L , \ PLC mMm.L*0.m�T4 i 1Ex 6 1ME ETIFMT W 1.Y60I11-0410RY1ECO rj rUtpPgOLS MOO PN-xs NLM*0M10 I — //� OLVICEKT CD_wm.TIDN TO VVOO Vu A-s Na 1CO.E tB Al M 1.CSP'VMxxx Clan i J "' ara mom nm• c Om1 'I--- arr• mem• v,m• use raa I �� I I--z-- �I I ,�.P, , m I 1 .1 , �- = , L— J _xOOaJ • �- --J \ % \ J REV: UTE OCSQOmon M MONO _m .... WATER AND WASTEWATER CO O. Nunn ./x5/ec 6s-OaAT t[R ,l SYSTEM IMPROVEMENTS Wyly„ n ; MIAMI BEACH,FL ' '.',�'s,o,-aEeT L � Municipal&Industrial Control Systems mco wwrs,5,E,,,muxo COO.a Or. NEV' aecmO ROCMA BLOCS DIAGRAM 500107 11 CONTRBLS Mes6NNSSM_KT...Asam lOASUas*030µ0 to ■ ',VW- M 200 1 ^�-- — !raw 220 re..r'.mns r,.'' •dI „„ ci 0711= O , 3ow1Lti (MOOR(.1 211[111-0106101 20101ier w5w� O 221 0 wrr11a 1,1W24 202 ICI m ......,m, 222 s 1013 m co SWF= n 203 We > 223 31130-OA e 204 `e' TN 3031_,31103 224 MOON 5322,Ceram rt]w LAWN 5322 CUM 205 in rarer in. 225 um ==”2" 53 r:Nnlm mm IOW O.203(MAW I VT ALAA11 COMM GILO 206 • '2" 226• MO s 11. . 207 's 03 227 mmusEmMi 208 rur 75r) 3112 uwna 228 209 N. 'IA 229 z WE 230 210 £ I�— aoa a;4 53335310303 A7 231 211 r��� aroal •1�ix 030303 01 =EM= rvx rowx s_ 1•I 00© 212 rn• 3wA prr,aaa¢ 232 ws MIMI100 213 pR1p© w 1103-1¢." 233 •, ICI l•. u.w 1's Awn ram 214 1■1 MI 234 MW a*w 215 p 235 B. 216 236 Imo: R3Rp:•,--gyp . 217 RLC237 13 413303 237 xn. sm__ (7:3 . saisOaA� n.ya m 2.A zu 278 238 p w[r 1 ) MOW .x. me 219 239 p°' — Rer.1 0011 ussn5N Or MM. .3s CYfxr WATER AND WASTEWATER mr 110113: 1 4/12/03*5-0323 330 1� SYSTEM IMPROVEMENTS x "/1Wx " 5"5' .0 OWN , MIAMI BEACH,FL 3 r—tm,1 Municipal L Industrial Control Systems mu 353 0303111 1O asus 15.10 322.037 „n,m ROCHA SCHEMA= = CONTROLS n.3reww3.1r■•,3.N.nw mAUn.rwu.nnr. ---_ — - of Mt - - -- - Mr .r,MM ro,.,..,-v rmma -- •• eN f r®arrACEe20r� 300 New 03 EL.NMI N. 320 Em _ yj•301 ® � 321 • MUD)L .0 l:'1"�' nc ie�imv w1 >a 302 ki 322~sA.7011 1--1�0 roue MD 3 MA-AX le KU Or nom PP 1 u s0i I MU 303 u n ■m Rxo01 700 .sc a�Arswnm0 323 w 1 3wro10 >w>en • 304 LQ� n a• bu0 . w Clam � nC 324 nv a Co synml wls a MAY Mu V '. o-�mv 70 ND cy 01.3 305 •u s.• m im° m mow.ssas-mom 325 yy i r ... g tm s .nmr USX/Md.r raw.xe-mc - n1 sw •m. 306 L©� •n a• ° 101 s'0�,n.asmr-asw 326 MP 3 r-ww IMP s a CW1 RI sun-03C'suY J uss 307 on aO 327 »r sa s - - 'Y308 ❑o A 328 aA1om 3131_1070 a.ume ACLU= 33.33170 asaswl ns3e 309 • 329 r -- '3 310 330 L--rro-_.w m axe iii voc :,sm ....0 o- 31-¢/070 33..1,1ew 331w70 3313070 311 331 312 332 313 333 314 Os�^?.3�o 334 o- -0 - i a-0 °- 416 -° TO PUMP sMy 1.17 ex cow.ux rolkrs WEN- 315 335 318 336 _ 3337 317 337• ® sm p come cart= w r r Ill 3 MA.ue p11 Ma arx-w 338 o' oem 318 ITD 1010 319 339 Ku. Dais 00#2/114361 an I.E. oat C".5 WATER AND WASTEWATER tl°0, MOTEL 4/o0/0• s70r�CEP 10 SYSTEM IMPROVEMENTS IIII I IX/M. PROM MIAMI BEACH,FL 10H1�100�'s -suer Municipal i Irdustrial Control Systems mu uewrs TO xus 311N1D n0D1q ROCHA SCHEMATIC Sensor `fir 0 CONTROLS Mu.wnnOrt.....u.1•'.ACoDW.saua,e la rA ea pan aux nom imam 4 400 420 sa.�_ion_ •e "fie inio-w 421 401 %i — `� a sia-�e.. ffi 402 m me SEC 21021A-K110-12. 422 MC 11432-05C 403 423 404 0.10 ( 0 a, vca aMise.nRO-Ammio-nury C 424 ..�0m° 425 405 0 As AIABLaMS "ix.o- m 26aia 406 426 407 427 408 428 MO.4294 RxN MIK a. -0 429 7-I'S SIDE INTENTIONALLY LEFT BLANK 409 o-.o-- --'� M s MIT-00.01 1811-5111130x1 �e•'••1,•• 410 o-•1 K aR°Rim _0. Du.A n em I.I"'' 430 Pig,z:wt—wan n,vn, 411 0-■ 1" 'lit wa Aue --‘2g--0 MO a n erm.i w 431 LEYELINIMAID w a swr-uani TO vra 412 432 413 433 414 434 415 435 416 436 • 417 437 418 438 419 439 M. DATE Dtswvnax iv DEsmED DATE CUOn WATER AND WASTEWATER CUM Nord. 1 A/ao/oe As-eoar cEe l- SYSTEM IMPROVEMENTS 1�1 u-.mA,.m eNaaR ROCW Municipal l Industrial Control Systems T 1M�MI,AlM BEACH,FL ' 'a1 C4aTNO.S sTww,RR.w, ,,...n.omatim nN.AT re i u sou _ cax .z. � m uc an 520 500 a wine wr m.. °r.m **WS IC•a).s MEL 000111:91 0 011 I 501 521 502 Ow) 522 O 503 000° sai.. — CI 07_1010 523 504 524 505 1 525 SP:� 506 ow) '-'- — O 00wo:.10. 526 SAW r m MO GPI a.). 147_1020 m xN w° ■ 507 ow) f07" I'0 527 508 528 i 509 530 m!'6 a.a 510 ow rIP. pcx.a r5scvpi 511 (0001 vu - = 1=17_101=17_10E0 Toe° 531 'MR 512 532 513 533 �i'� sum • 514 0 534 0 sss 515 h!'� 535 516 536 E.:] 517 537 518 538 I 1 519 539 • 10 u<sm xorn REV. w¢ 0000mun 00 xmam a.¢ alar WATER AND WASTEWATER aalta 0=00/00 a-�un 000 ,. SYSTEM IMPROVEMENTS 1 1 r 1/1rrv. „ NA. Ilk MIAMI BEACH,FL icv Municipal 8lndushrial Control Systems 'm¢sry 10 asus isux0 sxram ROCHA scxrvAnc S00S0' '-30111• 0 [aN•FO.: nu v,...w.r n..ww.Use.n.,._:..000.+00 I. _.. _.—._600 _. 620 601 621 6 602 622 603 623 6 6C4 624 605 625 6 606 626 8 507 27 6 608 28 6C9 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 630 611 631 612 632 613 633 6 614 34 615 635 616 636 617 637 618 638 619 __ 639 RD. DATE ecscmmos IT Lamm mm CUD. WATER AND WASTEWATER w NOM: I s/aa/as As—EDAT CAN SYSTEM IMPROVEMENTS 11/12/07 � � . ms MIAMI BEACH.EL eAa nnwyra am a Municipal S Industrial Contra!Systems -mu EEUi mu+o ,,, ROCHA uemmnc s°0s0' CONTROLS tom on....ne. 800 `• _ Wa 820 >we0■03e1 PS 13.0111 801 Pox M a)103-240 ve 821 802 vro■ p_ ® -0 vro 1 VET vn .us I on"•./ 822 803 v.a 0-m?.s Li UM eW-0 vra a vrr vnL am.a o onon-1 823 804 Vro 0 o-.00:" la eoa-0 vra a vET vn I-P.S.T RraEFr¢ 824 BOS y,,,,E fa E..., WA ION E 825 806 5 a .. �W 826 807 SEW '2' ® . soeoE seen 827 'TA E°• v.ac [D� seeec 828 808 AWE 809 cu 13 ,,,,k,,r, "1* roc SEM 829 THIS SIDE INTENTIONALLY LEFT BLANK 810 830 811 831 812 352 813 833 814 834 815 835 816 836 817 837 818 838 819 839 - - M. WE oESCaimOO OE WOWED urt °FM' WATER AND WASTEWATER ME MOM i Al/3c/a•s-OOET as VP SYSTEM IMPROVEMENTS 08'"•01es Y-oat Flini 03. I WMI' •s-iWSVUSO ve WU , MIAMI BEACH,FL Municipal&Industrial Control Systems nn.—77,,,,,,,,,,,O onu nt•xo ae® ROCHA =mune s°OSO' oat +r conyRo S w sr.w.o.r T..•no.nn IOOESO wr m nr .94 azu 900 920 RT_106O elgaunizawasamagioThe CM;3-1150 F*aP 901 xm 0111111/17:A-m 921 SOME 1103.3.0.3313 902 pex at,s 922 903 9) I • I 923 904 924 905 925 906 926 907 927 908 928 • 909 929 THIS SUE INTENTICNALLY LEFT BLANK 910 930 911 931 912 932 913 933 914 934 915 935 916 936 917 937 918 938 919 939 REV. DATE oar01191019 BY sawev vrt tu:xr WATER AND WASTEWATER riot. + a/sa/a As-euau cm I ,• — SYSTEM IMPROVEMENTS c 1.11/99 OM. , MIAMI BEACH,FL s rr Municipal&Industrial Control Systems rrnr wNrs,o BELLE WAD ROCHA SWUM 300301 silT x CONTROLS nme.m....me. 1000 1020 T_____-< _--Im08:_-_ }---1 I I BNIms 1001 ®1. e H 1021 tiJ um n a1 W111- uT Imc nr_mto G Ercmau M.120 VAC O:.a.a - 1002 108x1 E �. ImTi o ma 1022 aoo .Fl �- nr ate_ 00 .eanr Earun I I _ I M RN WS 1003 188,1 ) 0p11' .. p 1023 mew -�LZ '�J ,0 n LINO wi lore E 2. I 940 oo- _MR p 1024 J ! . 1004 a— OW AT lw.v ' IBO. 1LOm r-—1 ws,,,,, 1005 1 I_— 4 -J� CM 1025 aiBi L_J T a"�. 1006 r17 L,�08, v ...cot mo le r 1026 Lie 1 1007 1027 240 1008 aM"'-1 FL 1028 1009 is © 1029 1010 r i FiB 1030 • 1011 I x El 1031 • ma 1012 X-"'1 m 1032 1013 i� 0 1033 7014, al 1034 1015 Ti 42 1035 1 1 s m M--,,--• '0 1036 1016 n '0 1017 10371 1018 1038', , 1019 1039 REV. DATE essc2md BY omen eau wcxr WATER AND WASTEWATER 01200 ne1E.s: 1 a/w/oe os-meer m LIP SYSTEM IMPROVEMENTS 19101.NI 8 u/u/e. AF 8010200 le 8.008 MIAMI BEACH,FL 001 9-0 ilkMunicipal L Industrial Control Systems 1mt ewe.90. 19110. ...v.N'@e 10 M.MA. low.. ROCHA aw��.�� sceEearm 000'0' -pa- 2 moots • Me 8ammo,IS .. 1100 1120 1101 1121 1102 1122 1103 1123 1104 1124 1105 1125 1106 1126 1107 1127 1108 1128 1109 INTENTIONALLY BLANK SHEET 1129 INTENTIONALLY BLANK SHEET 1110 1130 1111 1131 1112 1132 1113 1133 1114 1134 1115 • 1135 1116 1136 1117 1137 1118 1138 1119 1139 ue22s AN. DAM KfN Sn ^'ex Damn °"' NOR WATER AND WASTEWATER CUPT 4/20/04/3-11R2 c2e SYSTEM IMPROVEMENTS • s ,y+2/m ,u-.mum ,0 0wx ` MIAMI BEACH,FL I�o Municipal t Industrial Ccntrol Systems not„ +0 4+2t mwa wvm ROCHA somuCC 4.447 -war ceetaaz m.++a.....»..a*...a...n»•O.>o.NOW.. ++ • --- -- 1100 —--- 1120 - ---'---. �. ---" 1101 1121 1102 1122 • 1103 1123 1104 1124 1105 1125 1106 1126 1107 1127 1108 1128 1109 INTENTIONALLY BLANK SHEET 1129 INTENTIONALLY BLANK SHEET 1110 1130 1111 1131 1112 1132 1113 1133 1114 1134 1115 1135 1116 1136 1117 1137 1118 1138 1119 1139 REV.. OWE NESaNRION 07 03M. Mt WATER AND WASTEWATER ama Worts: 1 4/20/06 AS-WILT CO SYSTEM IMPROVEMENTS 12/12/01 As-11621.103 10 MUM ` MIAMI BEACH,FL -00011 Municipal 3 Industrial Ccntrol Systems rmc 1a:, 150620 VO. PINS q�p ROCHA scnEaOac 50030' 77- CONTROLS aasu rx.eexa.a.0.,a.0/SO a6111,ax 06...011. KEN.A-72044FC 3om X a It•2C IMO MA It/11.ULG2 3101 ISO 00O1 MU NOS MSc NM m ORM 24 I Llwr I U o _81 92--r P%10 awn i I i I LJ EEO m Km.«.7 I 1 NEYWB OMD I I SHELF 566 1 1 AND ,r 72 SHELF ((¶IW10T7 Jy • I 60.0 56 38 L _ _ _ 7 7 O UPSI I �UPS _ I L UPS AFFIRM,.LOCATION OF UPS,RELATIVE TO PNQ rREW VIEW INTERNAL PANEL SIDE VIEW NOTE, UPS IS LOCATED INSIDE ENCLOSURE I. NAMEPLATE 1-1/2 5 6 Ir.NVPS 10' _ Wort — KV. DATO DESCRIPTOR ST AMMO WI a[NT WATER AND WASTEWATER Wo Worts. I a/SUM As—MALT cul �0 SYSTEM IMPROVEMENTS c Nnm s� _�� I 10/11/or as-n,um to mom , MIAMI BEACH,FL �. 1 Municipal Industrial Control Systems mu y,�10 BELLE ISLAND ROCEA ['CLOSURE 3pp10' I MALT Ii EDNTROLS NRa1.1....4 0.4 N.A.nro ow nmuN.nANANI. j 0 2x3 NO AC WRING ONLY 0 AC ORCNT BREAKERS&FUSES . IEVITON SURGE --„ AC TERMINALS i SUPPRESS0R s< c U <I 6 •<� 3x3 NO AC WRING ONLY MI f i I 9 V I AC TERMINALS I lI I0 1 2x3 WO AC WRNS ONLY 1 - - -� -w- I, 6 a g ti N _#- 00 g , ,� i a l N � 0 2x3 NO DC CIRCUITS ONLY 0 1•i NOTE■DRY CONTACTS FOR VFD INTERFACES ARE PROVIDED IN THE A.C.SECTION RELAYS. UL 508 PANEL■ II { AEV. DAVE IUCYNPTON sr POND na ... WATER AND WASTEWATER ne NDTo ym/ee.AS-maLT m ,. SYSTEM IMPROVEMENTS .y.a/NT•n-Nm.NxD le ; MIAMI BEACH,FL r�" t -cool i � municipal&Industrial Control Systems nnc•NVS to K mAIID mot SA rnn ROCHA won tN6 LAYOUT 0T '#8T'aN CONTROLS N .xR..NN.DA0PDn. 1 48.0 22.5 22.5 j- 0.5 , 3.0 grih.■79461,■.4w-,,, .....1.1k:......„...,„*. 7.1&....,. ...71&11.0.r7liiks, m.,77.7,,,,,.7\7,...7\■\7,77\■:\■16.11 7.0 1 PREFERRED ANALOG CONDUIT ENTRY 0 PREFERRED AC CONDUIT ENTRY 24.2 fir \\\\\\\\\\\\ \`\\ \\\\ \`\� 1 \ ` \ 13.0 % NOT USEABLE \ \\`\\\ \\\\ \ \\\\ \ \\\\ \ 1 II Aoki ,_\•\'\\\\\\\-\\\\\•\\\\\\\.\\\\; ri 30 -- \ .1 OPEN AREA /1/2 CLOSED AREA "`,"'.72,;70. ttmgmai ar qmq� wn: eu[xr WATER AND WASTEWATER NORM As-auur tte ,� SYSTEM IMPROVEMENTS , MIAMI BEACH,FL I'° xv. Municpal b Industrial Control Systems nnE m anu xxexo I ��I u oq«m ROCHA COMM ca ENTRY LAYOUT CONTROLS .......................Mo.....Am,.. ,• - II RaeZ —z— -_.. Imuo Antenna y y >: Y 1e_ pppy 84 j_ d_ tl^ tlY . BAY Ne tel Redb Modem 1 E ^ coo.,�.. e v �z i g ESyy. y mow w�xn e._ xuran.. - Nextel Red°Moden im pr .te n O --r-1 15 RAP IMOROPTICP .musr ALL I FIL TOM. ^ '''''''T j \ MOW, M[MMOC.Ye PO`r• /, NEEx.uLC+ \ i oxen.-OUDLaRtf I `"` a �— Ralaer r0etniCOrOO To Wes W a aw MOY• use.-e Me IKx -bm COLE 1 // .m. =tee-. m --. N-7- -11-^-7" . .........._i L_ i L '_J l-_-J REV OM DESCRIPTION ar ama oaf .E^r WATER AND WASTEWATER C,a l0 s/m/a pymlr EE. ,� SYSTEM IMPROVEMENTS na:,._a ��, a worn u-rrxua Nur ` MIAMI BEACH.EI. K.) Municipal&Industrial Control Systems nu.ees a vm sr.r.ve.cra avE s' a .coda ROCHA IN=01GPa* coMaas ....111...11.1.14...1.41,11Y 111.1.5.1.11.6104117. V lMa 200 —_ > -- e 0 r � v-Iw 220 a1714-4 Meme l r E illE 201 2%. 11 © Q1 221 x.11.1 A-010124 202 Irai�i 2 0 m n¢mwa n 0-120. 222 r0- uo x66 © 223 203 — LLMON IES e 204 old .191 PM ammo 224 Pl. - u0120 sea OHM 205 I un POW 225 =Cam"2m �sR1aR.ns MO 20-36 206 00.ws v.r+.n,��a: , PUP I su"im.0.15gma. 226 r UPS ann 227 207 • 2 208 _ Mr 1 s x002110 228 r. at .2 229 •209 2102 210 �s 230 nae. >':" �Do� r1our. anal 231 211 �� 1O2 JS I,m2 a xasam 232 .--E3 2m �"m 7`liy 212 ems 704,5 l ET 373 2315 f212 2336 213 Imp© 1277 233 —® T ma 2,2 ]i.. t.L I. 234 I "-1 214 I�3 /• 202 215 0 235 U216 "917 ns 2. =mum �� 236 211 roan I,Isi'.43a`m�rt2 5.30x 21 B EY23y 2372 F. Rl. I 217 P1c217 ,NI 5.05 237 —� -6-1 1--4' 2.-. .4;552.0.: 23.5 -1-1 238 Mt 218 eeV'lcr 1 E— �cT w. MI L 2 219 239 von REV 0272 023r301271011 er 00100220 0220 amt WATER AND WASTEWATER n.,. m02r6: 1 4/34/44 43.74.7 a. 1ll. SYSTEM IMPROVEMENTS r . r..0 ,y�01 • 2 12/12m 52-1204(42 r .wm 111 _ MIAMI REACH,FL MIL 20v 0.s� Huniripal&Industrial Control Systems au m.ae m 172,a■m.3636w,m..E 2 2 ROCHA Sclounc 500307 C01170.31.S 244.4......m,....2,..a.ama.a.wsia. 300• .a. 320 r.x --eY•dt—.._. us TIM.a¢a 321 nom 2. »a-- �mv 301 RE ux�no EMU'o-. I ---1 .d ,�, arm F �;, 0-120. 302 322 iuwiue u•x.• ro•i rw,m �' a"m°0nse n"'o•oe w I eon u. 303 Coml.. - I •w so--- -1 I m •e 323 w i.yA s••xn•I ic.'aoe°xi-nsa lee u•r GO 5= OEC M.03 304 amA oo. • •. n6----^a^-- I w"muff= o.<s•++, 32a w.s ox(AMR ~scour ami.mononoeon w.xrs 305 aQ� — •.. u0---a' —1 . ..Wag..". X325 u«~new s:-ume� g OE Eacs.EKRO.asov e•c - I m o .xa-es 326 e 306 `©� • o-—— a wr s E-.1121 w a a m. " "'mv ..31203.3 1M TOTS wo MB I Da np I IDLR.xsr 327• •307 328 v r=e" v -_ - v 4. � -v1 308 I ❑m •p I .oss 1sA170 ss.uim ss_uim ts.olun 23u170 a.,.1 . J 309 • -- 1 329 r 2222,y� L _ 1 330 L-..r->w.o- '° ���J-- ea 310 .-_..= 1:AJn. W.. a._1Cx' a„gym >a ea fi1-03C m°OOSS.w.x TN�l` .WSsc 331 311 "LOG%AT PL.:rARIN 3 312 332 3 313 33 334 0- -0 O-=o-=7 -0 o- , �-0 314 me•2,..1, ma2.sw 1...RR nwaao ma,. m.c. 3 315 335 336 316 _ - mwoc — � 317 337■ I ar. PM. - ..ano n mwm e n.•cr n• 338 . °Nmn2yz s-c 318 �_nsv. MD/w-w� mim ma 339 319 e°'_': REV. wrz x.121.T a. BY ROOM o.rt rl WATER MO WASTEWATER OMR NOM A/m/a...v CO3 ,; SYSTEM MIAMI IMPROVEMENTS BEAM '�'.',�ntify-0nae �v�Vn NIniri al b Industrial Control stems >n.z I°�14 +n °. ' -••.um m e.w+ P Y •ns 11 171„.r••_,„,.. .AN, 2 ae® ROCHA s.•nutn "'ar CONTROLS RR sm...M..No...r w.MOAN.n..A.N. '• 4 400 420 _twJ-1m om ELS 421 401 I z • — — � � .[c ma-mc teC xrsa-1cn Pae.Nrt aw- .n.� 422 402 '0° o<c.ssmc 4 403 423 w �� o�m L� i 424 404 405 14 Amu.r 425 rnwm. SEC SEC.32-05C 4 406 426 4 407 427 4 408 428 409 o-e1 N1 '""t''' o--0 Pute Oren a Low 429 THIS SIDE INTENTIONALLY LEFT BLANK Re r our-owN 410 0- .a w w i—-0 — n m n 430 u .a. waver-or pr a mnm z Im 431 411 as iz....�p--0 LEt PM a cur-muN 4 412 432 4 413 33 4 414 34 • 4 415 432 i 436 416 i I 417 437 1 63d 418 419 439 nzv, oArz xummmx n mwm lurt '� WATER AND WASTEWATER ....mow ��. an.7oz -man ® SYSTEM AND WASTEWATER . .axsm ranv� o-.mtim a.+NN ` MIAMI BEACH.FL ea ma ..Nn =, Municipal L Indurtria.Control Systems Rho 1O.g 11 r7ni n s.AZ1YImoN AYe ,,,® ROCHA X110 saw, SMn CONTROLS w.N....u..r1........vmmll.m....nr• _ — -- .z. muc so_ 500 .z. 0 500 ma 520 9.09 Di m Iis .00aas a m.s wu5)-m m L[ 501 521 Eli 502 0nas) O ,r•,n ._M 522 503 peas) --- II gm I urym 523 504 524 F 505 525 ° e.e-aru Malt 'Iq 506 uam l o Ii.. 526 • e m¢w i"e 507 oeo 1da1s nu1m 527 508 528 529 iii 509 vrc 510 (ms1 na i'M HARM �� 530 ewe ax n l_uw 511 (�> u 0 531 512 532 513 533 Nin rwc L4 534 0 514 4 sv.x 515 535 516 sb 536 = 517 . 537 518 538 519 539 maxesm BEV. 091s MCKI . BY smvm DM .... WATER AND WASTEWATER rt.BM .arzs. I a/so/00 s-00.5 ae 1� SYSTEM IMPROVEMENTS , _�� MIAMI BEACH,FL NO mum' 1v.v.. u.@� Municipal 8 Industrial[antral Systems mit f>>> n e 000,0550.rs 0ia. . c. woan ROCHA saouno 500301 100r.I a CONTRLCS .su...w a T.... 0000.o....m,W.m.■ 6 600 20 6 601 621 6 602 622 6 603 623 6 604 624 6 605 625 6 606 626 6 607 627 6 608 628 609 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 630 6 611 631 6 612 632 6 613 633 • 6 614 634 6 615 635 6 616 636 6 617 637 6 618 638 619 639 ANON KY. DATE rixmFrpN BY Amato CUE'. WATER AND WASTEWATER NOTES: t N/m/as AS—SALT CO o..r ,� SYSTEM IMPROVEMENTS i�".'SB.'NSr'dagt-eso. I .v,an+ u-,NSraum NN w.m MIAMI BEACH.FL OIL.Nn I.D. .n. Municipal S Industrial Control Systems ma.,,,A,rs ii imi en A VNSIINCTIN An c.o. ROCHA senrNSnc del vi g I s (Wpm nssaa warn.....,.,,.,..,.,.,503 03.w473,.. i .__" ..un 09esense we .e. X700 m' 720 700 CO am w mss:ewn 721 min 701 1R1 Tm" °•.O 70D CM + isJ.A 1"U 702 Tau M�},fi. MA-117S 722 i{'V} 703 • "I m.lE 723 Tau an >oa" 704 W.e"nmr r.NMI 724 7su MT 70SA 725 705 ��ma0 7m+ 00r 706A " 726 706 Nsw.n" O un""�m 727 707 AM OT BM. I me..... ® 728 708 wNaun "X11—eL' 729 THIS SIDE INTENTIONALLY LEFT BLANK 709 �a„�nn u n.me N ".,n.. 730 710 —'TF—i� " T ni" asarn LOIRO 731 711 " p_C_"n 712A n,a.s - 732 712 —+F— ® 021_0_1100 +o.. °-- ^ _2 mOD 733 713 — o 7zzs na 734 714 AL__, 715 en zum 735 mu me Mc rn� SLAM 736 ■ • 716 7 717 737 1 718 738 739 719 Nar..6 WATER AND WASTEWATER O°r, _' wrt osaeI.M.T C ammo Dm SYSTEM IMPROVEMENTS Hans: i AMPS...sum. MIAMI BEACH.FL .�"'°da'>a`f-uo°. i./�eM ouwx ` Municipal S Industrial Control Systems BTU I o.M X0.I + I a P Y 71M5 Il N7NI1 SC!�"9eRGlg1 AK Soo>77 .� ROCHA Soniksie °6,r CONTROLS m.w....w R.m.....no awm.a.toms As ---- — —. ex 820 goo maubisfalt AS nw-an 0 80 ww>2a vc 821 801 wu a PAOP a p°M.+n 0. 802 vv.■p..' a CTIE -0.ra 822 803 ""a O-ON. ® GSM w-0 vra 2 000 Pr Aw°I anmr, 823 804 ' 2 o-o.. ® sae • s" -0 vr2 2 824 .:,��, awe 805 sm..sm.. ' MIK 825 806 a'ws U CSC SAME YAE 826 807 pats 107A nil �° awe MBE 827 808 awe °0e • awe SUM 828 e09 a eHe we Sou s.xc rsu 825 INTENTIENALLY BLANK SHEET 8 810 830 8 811 831 8 812 832 8 813 33 8 814 834 8 815 35 8 816 836 8 817 837 8 818 38 8 819 839 OU[Mf WATER AND WASTEWATER DIADD —" "-- xcv, DATE p.0001 sr xaxm PATE , SYSTEM IMPROVEMENTS Pl.Pa 1g2s2, x/m/0e A2-euna PEP MIAMI BEACH.FL ° t0"0001 ' 'v'sv01 °1NSr�O Y0 p°11XN Municipal&Industrial Control Systems nnc °e xa + v wwrs 11 I]fX ST d WA2xNI21aN AVE Av[ SOUP ° a.axm ROC` 22"212"2x: coxraas na„w,.o.,,...1.l...x..,l...°.wx..aw.,o,. cot 920 ` 900 21T_1120 POW:LCw 901 fl1m •- p cr o-ws KC 921 I m .. umc'Arw`e w.wma 902 Ly_ p ®,MUM 922 mu 903 J 923 ARAEMAZAR MYR 1•01-05 924 904 ARM 12.10-22-42 905 925 906 aim ' ,9 926 907 enu p e 927 928 908 929 909 930 910 931 911 932 912 933 913 934 914 935 915 936 916 937 917 938 918 939 919 RE5 WE onsammc+ .5 ume1m MIT I ° T WATER AND WASTEWATER eenes Ha-s. 1 4/m/as AO meu I o 1• SYSTEM IMPROVEMENTS . n/e/m mm ` MIAMI BEACH,FL I aim Iwc �" acevn Municipal E Industrial antral Systems m. 11„M s1 t Wuww�pi w[ 1 ROCHA0�'K 1a1ess w. •"*'TM°55 51"55J°" - --- - axe- 04.04 1,06,40 OW OW 00.11C0 CCX. — >..:. umec 1020 -- < — LP'1 w17 1000 ' 1 1100 1120 1101 1121 1 1102 122 1103 112 1 1104 1124 1 1105 1125 1 1106 1126 1 1107 1127 1108 112 INTENTIONALLY BLANK SHEET 1129 INTENTIONALLY BLANK SHEET 1109 1 1110 1130 1 1111 1131 1 1112 132 7 1113 1133 1 1114 1134 1 1115 1135 1 1116 1136 7 1117 1137 i 1118 1138 I 1119 urz 1139 cuurr -- REV. DATE IOEYNrtION m' WOMB WATER AND WASTEWATER °.... WV. a/m/as Iws-aav us SYSTEM IMPROVEMENTS �.r � a .yr./m I r-wnwm MO MIAMI BEACH,FL ran mra aw MunA.pal L Industrial Control Systems nmc wwrs 1,1>tx sf A w CH,FL 0. I o,■.m ROC` saeN..e emum . 2 CONTROLS r.ww.rs.a,... nn mum.mm.m,. A- 0 ass yr•w•se mlmluCIPS UM OAUES sm R:!'Y' SLL w lAMIv COI. ALYfe3 w:wranfaa"I I 24 I Lusa I .—_ U ° 8 0 ° --9,2—. PG II Pm.I II II _pI l_!_ I L i I Ell m ».e ®m WE J II I II i 12 II KEYBOARD 1 s ( II KEYBOARD SHELF /-f. II 72 & II 60.0 56 II N 38 Y . I I.II L _1 _ � I F-I T � ° UPS UPS I I UPS L IAPPROX.LOCATIEN Di UPS,REUTIVE TO PANEL FRONT VIEW INTERNAL PANEL SIRE VIEW I KM UPS IS-OCATED INSIDE ENOASIWE • L NAMEPLATE I-V2 x 6 I .WWPS LL' REY. DATE DESCIDYTMIN K maPlm RATE CU". WATER AND WASTEWATER WWI AS-BURT COS ,* SYSTEM IMPROVEMENTS norzs E 'spun u-mmum NP moo, t MIAMI BEACH,Fl ' 'ool Municipal&Industrial Control Systems im[WM II ITTN ST A WALENGTOI AYE sou Ra aam ROCHA ENCLOSURE .."" 3. CONTROLS Nx.u....Nw..n .nN m0aSN MOWS Ma ■ O 20 WD AC WRING ONLY O AC CIRCUIT BREAKERS&FUSES ■ W LEITON PRESSOR J SURGE r 1 g U C - AC TERMINALS — SUP ci till a g < 3x3 WD AC WIRING ONLY c0 .1 gn f — AC TERMINALS ° z 1 LLLPPP V 2x3 WD AC WIRING ONLY __ 0 2 Li OOH L _ - 9 11 11 t I _ j—,T.,— -4— O U N II II O K O p _ -o w K YJ i 5 W _ 2 U O O g Go 0 2x3 WD DC CIRCUITS ONLY 0 NOTE■CRY CONTACTS FOR VFD INTERFACES ARE PROVIDED IN THE A.C.SECTION RELAYS. i IP_508 PANEL �� wOO OM Ors xN a. omox. ,• 000W WATER AND WASTEWATER corn ane/p6 As-auor oee • SYSTEM IMPROVEMENTS .r � a .vu/.n .s.mr..m 'a [sum ` MIAMI BEACH.FL m N0_ :M Municipal E Industrial Control Systems nna.Ma i 1.nw or a•A9acfee Act nMEL a ....m ROCHA BACON.WOVE s06m' —ter camas ..........r.,. .......N.......e.. • U 48.0 ' 22.5 1 22.5 ` 0.5 AV/4/A/�/∎ ///I∎W�A/AIiICFVIW4I ,I//���a�/��/�%pr////f�� 3,0 �\\ `\\ \`\ \\ \\\ \��eb \� \;\\\\`\\\\\\`\\\\\ `\ �1 7,0 PREFERRED ANALCG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY 1 \ ` \\ \ \ \\ ` \\\` \ \\\,�\\\` \\`\\\ \\\`.\ \\\`\\\\11 `\\\\ `\\\\\\`\\\\\\\\\�\`\ \\`\\\\\\`\\\\`\ \\\\N\\\\\\ \/ 24.2 \ \ \,`, '\\\,\ \\,`. \\\,\ / `\\\\\,\\ \\\„\\\\„\\\ \ N \\1 \ \ \ \ \ \ \N \ \ \ \ \\ \\\\`\\\\\\`\\\\\\`\N\\`\\\ `• 13.0 NOT USEABLE \\\\\`\\\\`\\\\\\\\\\\\\\\\\ $ ` \ ` \ \ \ \ ` \ \I A, \\\\\\\\\\\\\\\\\\ N\\\ \1 o jl i 3.0 p\d OPEN AREA I/� CLOSED AREA _ _ REV. DATE I w BY mom drz I. O1E^c WATER AND WASTEWATER w uorrs: 4/20/06���r�w<m r SYSTEM IMPROVEMENTSa�,me6�ry�� a 12/12/e, ews ; MIAMI BEACH.FL 4 Municipal L Industrial Central Systems rms y,�II sr i ywwm0mx An 0°6a 0,n I ROCHA 6•+...ww.r.,..M6.,a6 DEMURS WRY urcur 'DOW •i¢r 2 CONTROLS . nm$uMu,..,,0e. d 4 g 9 Radio Antenna Sg .0 _. a .41 a e4 Nextel Radlo MotleN E -ui Ira xvntx w 1111 II 1 Neztel RaWO Moden OP `i.' - l-tu o..3 r� O �_ �� ❑ ❑ ❑ ❑ 111( ryO m� �� MOM J �_� • -- tRy Q - ..PURER 1 I AEI:"; MA a N ST./COMPUTER TERMINAL MVO.ENE TO PORT. // C EhEMEr j ,` r Cr 6 ME MONET IW ALL.tMStEY IRVICENNET ETINNNIGiIONS TO VETS VIA A-I SIN NOILLE USE A-B PIN u8-PIMxxx G•LE j // vm3 ounicATnfi ru.PLoncli J/ _ J aENr WATER AND WASTEWATER POW REV. DATE m:salNrbx E1 omam wTE • SYSTEM IMPROVEMENTS NOTES I a/zo/oE As-nAEr cE1 MIAMI BEACH.Fl +' 'l0t'000' 2 "/"r0' SS ix4MlEa ' Municipal&Industrial Control Systems ?me a�w_ P.�en .a. P Y toms IS Ilsr sr.A LA aRU saa � v a RDCHA BUM ouox[N500307 I¢r corms ne O2 XI4s0T.n...v.a.wuM.IV wxla I.. 1 r.WW1 - eau 5e n' - —— w: 300 -.rsaeu .._-.-.. [E.�.,..,..,.a 320 nom[ m got.[x_q""�•• .a ——0 w D. a WV 5ma a 321 wa WU-[e[e m� l"'J—"m q-[m 301 ' � �. ---, SES 302 use. -: w l I 322 sxm g[p W W awq R.1 SW MEW 303 ' r nqJ +-0a 010---'-°a--1 I NA 3.•r. n..r an 323 uu[a�uRx[sq 'M Rac ayam � at xq-az-anmr � u'irr 4 : ,m 324 aL-ii Mk V'----. ac Ra[ .c[s-Ter 3O4 l L:1n I o i—0a 0o---��— .o.033;0.0.1190% >`[ MP ROeaamnr WE w I gWrvonaq R55 n�, 0174 .aa5-ac 305 l lJ i 1" --0a 0o-—— —'l : A0 ,w...,...a 25 aq I 00 010 I 326 306 307 ❑01 010 I 327 lousiaLemass • 308 i ❑a R❑ I 328 ICI '-33.w-qn qn- 2 —van- 1-n. � A. "�:gw-na • o- 329 r 309 ?' y� JI 330 L_-apn aq. 33011 lJ an 0101-0C a my J10 —..—..—. 33.13-isn INCL oRwi110.cRSax 0u . nn wgx • 311 331 3 312 332 3 313 333 314 334 o--W -0 o-- i M -0 gRV[W NAM_ 3 315 335 316 336 p'R --[o°[PAA 317 337 m• ' ..... WI Tw • 318 338 0=3 330-5 rawc -501""05015013 ooWWI M as 319 339 semi[-q Rev. OAR asegrnon BE 05[513 wrt ' '[T WATER AND WASTEWATER 1e+ ROTC 1 4/m/a,u-egcr W ,' SYSTEM IMPROVEMENTS [ 1 a 3/17,3117 .a-.srxia 50 WPM ; MIAMI BEACH,FL Municipal S Industrial Control Systems m e 5573 o 51sT Sr.A LA 50501 WO.a 5015 W. ROCHA aalfliat[C 000301 ;!r' a[ce[o CONTROLS R[5e..50 T.n.w,R..w:u[R[0.5'+0.3 5 sit w pi °a°'sv-,K---= 220 200 nae 0 mauo_aea w•a02t eaacc .eaix0_ O- . 10-22-1a , 2aa cau SEW. 201 ..F----4- so sec El so-02W130 221 loam ast u01N44 MIMI MS 2 m .29N22...150==loco Ia.auL-00_120/ 222 202 n MS a m 0x0 20.-02 203 7 jr .�.,...�,�.,�. 223 0120-001 204 AII11d Erma.w1-12 x02 224 EMU 1EV.SHE CUM 205 1 uvs roam affix. 225 UPS =0a<ma .Nalco a ac NON os xre lawn/ 10000 I UPS wi-o w'�saiaa 226 206 D B faaq 207 un OP. 227• 208 o°a4°.�e mow Wroclaw 228 209 I" >ou 229 11. : 230 210 1�1• „'• �yO,d mow X10.2 ur 231 211 nit-IM 702 MIII2 a2 w.w s2faa ram WA relta.ar • 212 m• aaw Mr:as 232 i--=0, .2000 12-21-103 E1253 ns0 NM um • 213 RCN IM-'-. 0 ______ 233 —{i:9 �- �"b F_ EY213 naml OUTPUT faM ifa ' 214 .rx1• - 234 1 ,^• I aa• 24.1O1 215 0 235 nom 216 aa0 �ia�1m 236 i = ET237 Wa1EP-.sur 2.w�r i 217 PLOW ELLS. 237 1111.202 m -®� ..,=__4,n.-0ss1 m r x a Eat 218 ec, > [x001[0 238 000 I m 1 WY 219 239 latl REV. OM oauorro2 n oaoo 002 ea. WATER AND WASTEWATER O°2 20x2. 4/x0/a•6.00 ,� SYSTEM IMPROVEMENTS or r a .v.aa n� 92..22 ` MIAMI BEACH,Fl Y ROCHA Municipal&Industrial Control Systems Tills �rs1si Sr.a u 00110[ -oar x 02000 200.x0 CONTROLS ..anew.....r..xw,a2n mavmu 811.422.00.. 420 400 24 Nx ELOCO 7N-AT a _ts,�im wEa Al HMO 8.mr+wny 421 I a,401 1 i — — sm OEC s 5-asc"o- 402 roe na a111 O Sc 0 o-tmv 422 423 403 Fr inn rmao 404 awn "O' ."o e°CCC 21.02'0L. wv 424 °AO�O°, im EEU IM H..Ar nu 425 405 -AmIPEmv en v19.1-05c 426 406 427 407 428 408 NW t nEPIC ALCV 4P9 THIS SIDE INTENTIONALLY LEFT BLANK 409 o-to i� .wa aif-- --0 Emma M vrT) Mr auT-MAIN stow,se ii ow air-Ho--0 410 NAP i;rtm L1MI. 430 vn ew EEMT-TO. mV.M 431 411 432 412 433 413 434 414 435 415 436 416 437 417 438 418 439 419 iT WATER AND WASTEWATER a REV. HATE DESCRIPTION ar CESrMm urc • SYSTEM IMPROVEMENTS NOTES: 4/m/aT A5-111.313 CO I MIAMI BEACH.FL as -0p°' I ' 'v"�Q1 • Municipal&Industrial Control Systems IIn1 tnEa no..) Y SCHEMATIC Es stsT sr.a u COKE saosoT aram 1 ROCHA sr+..M....s, ,un SCHE11ATIC OW E • iCONTROLS sn mAnssm nuwm A. �I 1 a 520 �. m ux[ns ,500 w.•�m ,� 500 �� le m 01 MI 3eJTSt-+n .uia 00 OM (s).m.. Sas 521 WE 501 WI M. • Poo* "� LIT-1310 is FT 522 0 502 s" 503 DOW) - O - 523 5 504 524 525 o 01. 505 MUM MO-..ai mT BLEAL 526 IW.506 �i�i,�� 111 , 507 norn 1�� ae ��� 527 5 508 528 509 529 Si. �!'� (w) vu n..c.« 530 510 i'� RU .m rsa . SP.SPJ�nm 511 (� ,u 531 5 512 532 uo. 533 � 3P.513 m. 534 sv 514 �xa 515 e 535 ei. o 5•516 536 p 537 517 5 518 538 539 519 m O. am. m ue sm asv. 40, ossc 00 53 oam • �o�'T WATER AND IMPROVEMENTS WM. 1 Naa/0s.16.0 as SYSTEM INEACH1 FL w,no.�,xs) ) 'i Municipal 8 Industrial Control Systems nna,w„m na a.•,0 ooaa 500307 c,® ROCHA SCHEMATIC COMM Misr.W101..r0.e.wmx MM.IOW.m". 600 620 --_ _ .__— 601 621 6 602 622 6 603 623 6 604 624 6 505 625 606 626 6 607 627 6 608 628 609 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 630 6 611 631 6 612 632 fi 613 633 6 614 634 6 615 635 616 636 6 617 637 6 618 638 639 619 CUM REV. wrt oucamoel sr aaw a,n WATER AND WASTEWATER raTCS: •4/20/00 As-eun* ;Cm m • SYSTEM IBEACH,MENTS Witt ry r MIAMI BEACH,FL' "/"y" �'�� Municipal&Industrial Control Systems ma, p sisr st,•u. ma M0' MO. • I aaae0 S. =BLOC ap0AWi _�'r cae111a-S msr..w4a.+w ,a..nena...i..nnr. —..,-- - r. — »V .i;mnm Wt COB 700 ." U700 720 NAM w San o. 2R.A Rsm nu A :�a'� 1112021015110121 721 701 MI a m /y s�sm NJ.) RRU rseA L. mra Boa 722 702 ies 723 703 I • A 1551 ,a.. ..s.An.n.wxy1 724 704 m.A wro naA »7 WO WAR OM IA/ 725 705 • ■sv,w 706 "' " 7e.A ® Li--m "°' 726 A aaAa7 mA m ...m 727 707 .m''-"l' 7010 R.m mu E., •°^Re".ti^=" 728 708 I ammalumnimli A mat=mu 011 µ ^^"� 729 709 THIS SIDE INTENTIONALLY LEFT BLANK 710 — A vA.s�." BC2211 730 A -ni wm..>ra 731 711 A 020-1563 r DM ax rA.n" 732 712 — 20-0..1303 20-0..1303 A n2 i " s� 733 713 'A I L:MA nAA AE vlilCIC 1fL 734 714 WC 735 715 mA neA , tsc c, Z 736 716 737 717 738 718 739 719 MN PM oAa 0002110110. OM . cuoa WATER AND WASTEWATER NO 1 4/m/a As�RLT mm�� SYSTEM IMPROVEMENTS x.s�a.fir s a .viva .s-415x.15 , MIAMI BEACH,FL RNC 00 " Municipal&Indus lriil Control Syslems ma rxa p Y wars 1R slat sr.e LA oo1KC wow? «aa I RCCHA ..x...AA.x.A.+ or. soxswTK ""` ' • CONTROLS nx MAMMA mAW+".. "a Pa 820 800 2JTUT well r A nuau 801 (uu»:on 100-:0 w 21 VAC 8 802 "`" O-e°° ..® nTa—0 1 m+Pr—1......° 822 e03 `r°20—ev U '2° vr z a Pr,a I..,arorora 823 mil °o° 824 804 sue e01A ® ® sue 805 aull sue °°:A ® '1.° "' SPARE 825 806 °PN1E ® CID °01B SHARE sere[ 826 807 S°"SE °0:' 4 G7il Mwe sue SeRE 827 608 °P"aE eaeA B?' sue SPaM 828 809 °PMe s0 m SPARE SHADE 829 THIS SIDE INTENTIONALLY LEFT BLANK 83C 810 831 811 8 812 832 8 813 833 834 814 8 815 835 836 816 8 817 37 8 818 838 8 819 839 lacy. DATE ocscalrn0a Mr nolmo OATS cucar WATER AND WASTEWATER r°c'R NOTES: 1 4/20/04 As-MALT CEO SYSTEM IMPROVEMENTS 7ROO11'�C°"1"O�S�or 000 a 12/11/00 AsMlnu.m 10 WM 11. MIAMI BEACH. Ft. OC P 000 1 Municipal&Industrial Control Systems TITLE wwg 1s 515T sT,a LA DDacM ROCHA SCHEMATIC w05oT I ua cMDD® I (06T60IS www.o.ATr nos mul.aw low.r1 n. — 11236 OM any MA 9 900 920 16311196 900 901 ." fl-Mm,— -`Amp 921 `v I m' ams mx m I .w-a 922 902 ' 1YJ 21.= om - v ow=Plasm b I 903 923 "Os" 924 904 �ni 1.69-06-0 905 0nw Imo-0 a 925 906 aim • I- 926 907 no I mM o 927 9 908 928 9 909 929 9 910 930 9 911 931 9 912 932 9 913 933 9 914 934 9 915 935 9 916 936 9 917 937 9 918 938 9 919 939 a00 WATER ANO WASTEWATER OXPIT "rt. p0C 06 °11 rt SYSTEM IMPROVEMENTS NT= 4/20/011 n-amr to CO- 1` MIAMI BEACH,FL X �@"'""$il'dr-root 7 ' 'sY's�0r MUM Municipal L Industnal Control Systems nu 1 `"' Y 1000 a alir ac a u edla Mart ROCHA CCrv1701.5 w11.6616.6•6 666,_6..11.6"rts+mm6w n 10109910 ama0r tar • aa.22 P.M iAW 0.130aCE1 N3 N2 _. °'•za m3� 1020 TA-2 l 1000 13L.30.1.1.033 � <ta>cmS 1021 M112u_.0 1001 2 amR Tom- 1311^10"0 3n3CRma3 Flt 1521 [�}'-1. urlslo 201101.,m va (w11; F L.L v"`ir'ai°sm 1x m m3 1022 �' fl �- m3. 130x.023 1300 unly 1002 ( I ,a m13..R3ras 11 onwr 3 I � om Snow '=l 1023 Csn �— :o n sax,w 1003 Eavl sau ^ WE M I Sm cu- "3701010131,R 1024 ""J '!�u 2110 22 mune sa• 1004 HOE D r L- o xiureJ x 1005 �- - . 1 C 1025 azcsxoas xlip C41_-. 27.1_11- _.J catm3w 1 L r1 rr 110.2osa vs w r 1026 i I 1006 °'� u>a 1027 anlw 1007 II 1028 1008 1009 a C 1029 ru mi_.- i-I 1030 1010 T. 0 1031 1011 -;• . —C. —C 1032 1012 i- M 1033 1013 ids-- r—C 1034 1014 aR 1035 1015 I M-..a i—C 1036 1016 2 r 1037 1017 038 1018 i 1039 1019 sos nMxr WATER AND WASTEWATER nag REV WE DESCRIPTOR 2 Damao SYSTEM IMPROVEMENTS woo ��y /1/0a AS-BUILT 2 ,; MIAMI BEACH.FL �'morn 's�'iO1 Municipal I Indus trial Control Systems mu oft as Y sate la 3121>t.a u 0131E 5Wa0r -B� s �,.m ROCHA SCHEMATIC CCNTRULS s.....M.w 4. n.20,22u 2naumi.. -- „--p�sr z-.. -as 1100 1120--- --- 1101 CZ m1 1121 PS 1122 1102 vs © w •�oa°.e.rw 1123 1103 _e ' uiawm © e N4R 1124 1104 e 1105 1125 1106 1126 m KCOLIACNIC ® """Kr', 1127 1107 1128 1108 1129 THIS SIDE INTENTIONALLY LEFT BLANK 1109 1110 1130 1 1111 1131 1 1112 1132 1 1113 1133 1 1114 1134 1 1115 1135 1116 1136 1 1117 1137 1 1118 1138 1139 1119 r[e1 -- [n. MC o-I r ST onwm OM au^ WATER AND WASTEWATER aim NOTES: 1 0/20/06 AS-BUILT CE[ ,. SYSTEM IMPROVEMENTS Ps.1.''Np"'° {09-o[oi C "/""' -��� w mom , municipal 8lndustrial Control Systems Tnt[ MIAMI BEACH,t MU. a P Y warn is alsr aT.e u aa[c[ !OO>N. —6� a Mk ROCHA um CONTROLS n.s..N.......,...roa,.N M.A.1...0,1. • • NOFFIJAA 3YaA MASS OLE 72,AO STMM SAL SAGE 0001 ACCESS OTY 1 MSC MO.• a aAW4 WA KAMM 14-775181 I WE K•Y • MOT WE MOO.:M72931A3 AEC O▪G1GP3rN CMO MIA I 1100 ra al 1 iii: M Wtl50ER,I OM war paw mac GSUS fA �{air JJ AC.. I III '' 'I III T.* • II aAG I I II LEFT SIDE VIEW FEINT VIEW KITES I.NAMEPLATE I-V2 a 6 In'WWPS 15. ea.,.DATE 3ESRIPTIDA K 0[Fm A AM F.D. WATER AND WASTEWATER �.w ,� SYSTEM IMPROVEMENTS `nDt06 T ; MIAMI BEACH,FL NY C^�1 ' IvG� Municipal&Industrial Control Systems TIRE RATS Is 61ST ar.a so GORSE OR R Iw ■ moss ROCHA 1155.00155 50p101 —ever a CONTOO.S MT.A.NOUr T...A.I.AN MASAO m30.0N In _ -- _, xu '1: 711=1 ti MILTPION,S _ �.�•CUTOUT POS.SUPPLIES • l meal :ME r-~ I ■sal �I I, I C SO SAW!._1 co BELMMISSET I 1--1..«-I WVr@IT 16SIT[01w M 1s 1=111- I �PLC PAM t sr "�.—.emu-�a� rzo, - 1 W �.37.00 I ilI I I I c x.P I L C =sI L W WTTON Cr MEP SVING OUT P.MEL VIES, MIST VMS/ SIDE VIES/ EN0.091RE MON:TOR TOP VIES/ � 1B I-W-I _i Ema-Mil MONITOR TRONT • II---mg-...i T1 -0P VIE`/ I ®m; I 0;1 �• way er lam yn T WATER AND WASTEWATER Novi ,� SYSTEM IMPROVEMENTS I ' � 0/OT MM... MP Maw .+ws MIAMI BEACH Fl. ' to, Municipal b Industrial Control Systems T s ms.,sr a u.oesN E � OecPm ROCHA nlmsu.MO a MW. n s MOMS xPUM.I.MSre.iruan MIMS 221.210. • 0 it 2x3 NO AC WIRING ONLY o 1m1 — — z y CIRCUIT — = u :BEAKER I,EVITON SURGE AC TERMINALS < o SUPPRESSOR z FUSE Nli� < 1� 3x3 WD AC WIRING ONLY Fs <' I LEVITON SURGE AC TERMINALS ! /1 — SUPPRESSOR V J u o — N AC WIRING ONLY g_ s _x _ _--WI i L. AC TERMINALS I J Z O O� III li — w o _ 23 WD i z o FIELD DEACE ANALOG SIG. RMS • — o L_ OC FUSES AND TERMINALS SURGE ARRESTOR 0 0 2x3 WD DC CIRCLITS ONLY I i NOTE■UL 388 PANEL _ Roc REV. WE oeoCmm'ION n oumxm osrz ,. 61°�r WATER AND WASTEWATER NOM yso/ss 0seuxr ae SYSTEM IMPROVEMENTS �l s 1:/Lror .un s ow« ; MIAMI BEACH,FL Hunidpal&Industrial Control Systems Tie own is stn n.s u mxoc omos ROCHA umwumi oonoun sooso' ■ CONTROLS mn I.Musmm.c.....s.+MR MADAM 110.1101.• 37.0 17.5 17.5 - r 0.5 3.0 �\\\\\\\\\\\\`\\\\���`\ \�`, \�\ \\ 1 7.0 PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY i A I \ �\\\ \\\\ \\ \ 24.0 \`\\\ \\\\\\\`\\•\\\ 0 ` , \\ \ \ \\ \ \ \\ \ \1 \\ \\ 1 \ \ \\\\\\\\ \ $ 13.0 NOT USEABLE \`\ \\`\`\ \\`\`\ \\`\� \ \ \ \\ \ \\\\\\ \\\\\\\'..\\\\\Ar 2.0 ,''',\ I OPEN AREA FoCLOSED AREA Rev. wrz oexxrrwO m norm Oue _ OYCR WATER AND WASTEWATER nroh Norte: I anopI u-SMLr 1• SYSTEM IMPROVEMENTS :Y: u-r M. 0.•■ ` MIAMI BEACH, R O O�m Municipal S Industrial Control Systems 'ME wwrs rs,sr sr.•u oca0e 0M ROCHA =MOOR mrtOr SPACE 500J01 am CONTROLS smr.ae.......TNO UIfl UR Rei. e ST Antenna @ hiLLJL_11 I Ne tN Radio Nd a a g ,3 DAs N 1 E Nextel Radio Nodes �� [ CW PLC r1 O —.— 1 __ _Q 004 �ll _ - 1 ..... ta 1 ptt MB 33B]aT tt 1 BILN,ar MAIM E IOStMI EMMET , , 1 6 .3.MYN:a •j PORT .,Bx.eaF, rx p I ocvmeT KaOLMICA ase'TO velPS VG a-3 Ee5 ICIBLE USE...M 146C-P1 Fr- �: z �• i o i .____J \ J RV. DATE DESCRIPTION W DORM vrz "" WATER AND WASTEWATER in 1p/0e At_NIaT cEe 1� SYSTEM IMPROVEMENTS AM°0ai-Coot I �vo, .e-.enuxo ; MIAMI BEACH, W npn en ■ pp ° Municipal b Industrial Control Systems Tme vexes, „,,I wow.c„.ow„ pea M. a,� S. BLOCK MEMTN 500307 sxm s EMTROLS raararen.N.e.nae.T.n reuses Kxxu+an. • 200 ---Val- n 220 r. .nnmr��Ymsc [inns 11 w.n-IU . swr to acwma LIMO 201 m2..r O OOP. 221 m sos 11=11 1.0 vm 701,1-1 a] 202 Ii 0 222 c,o-taw n i NI E 223 224 KO uS- 225 C C 'a msE■o.nco mm gum WI a(U./ o1 RN Sl..AIPUccni 206 B RP' 226 (>a Pi ors OUTPUT 227•207 208 Doe oom:a• 228 209 xo 229 21C . I■ t111tNIM 230 IT, � comp-in.II;*7 231 211 J_ .. noxu . 1.001/01:11201 i231 212 -J • ' 232 .p — Er 23] MIAMI w.n 4.0 4001. .v] 213 per© 12^y I °° 233 s=®� T u un wr .1.o0. L 214 EI s o m.• .�. 7• x.M M. 235 n.m 215 0 eat m MA +101111.911:121 a Pa 17411-A7 216 [� 236 '----�r u I wrt3 1• SA -aAT VA. EY237 xn 217 PLC217 n(— MI '° 237 ��®f]m KK b 218 ow I r 238 I I OFT L ) newer a. °m 219 239 eEr. a.,E !LESCLERmn we wawa .. ....T WATER AND WASTEWATER own.. nmES: I a/m/on As-IP.T co ,� SYSTEM IMPROVEMENTS , .o r�� s ,WIT u-wll ae ow. ` MIAMI BEACH, FL Municipal&Industrial Control Systems 'ntt. ,,le111 n•4 mean chat ome PM no. r000. a,® ROCHA saa.nc• soow' —Mr s camas I.e.........'rn.n 11.snl Ignu,.y n.BE tootte — 20S0 32 300 suatis y�j,�,p �m /MI am 301 vu wxs 1 us a 321 x� B �:+ m war ax,. 322 a� x l":r-'�a no- 302 9°O `ivi.lixix xwi_im a rom r.s .10 MI a an.a PP i SeLe MP xJ�3 mx 9a am. 314 9..11".. V T3a On vQ---6- -�-' Yn u.•r...m n n a.1,123 323 ��m 214�no ae miim xnw 300 1 V 304 i r t� 0n aO--- �" ". tia— 324 w x a r��a w x ON OMY '"� o w MC n OSS .o.Via.maac 01.13 PPP 4 0 a .o---M°---Z4-'1:-..— 3° .un.mme44.325 305 • �.--T_�m •.,a„n., msc au S-000..xs-mc �(n) 3a.B°s'w=�_ 370 170,mvasv326 306 i r -�m 0° a.7---o- ❑° a0 327 307 �� 308 00 s0 328 :x,_970 a_B_oxa _aom xaa_nxi . - 009 0 329 r 310 330 IL-_ ' '°"i SS`J a` Al M.pm .....yaw xxi+sm arum 4.1-00 10- 331 311 332 312 333 313 s Apo 314 334 o- nM ..w x w 131111.1a:WPM m 1a, 335 315 336 316 NA.4122 —xma." mwia 91•••••• 337• y1 °„"„ 317 m. —view 9a nB1wrc xa.a" UMW MUM 318 • 338 • u.i amaa us . xNx: — mq xmm 210.12 3 319 339 PEC Oa12 a[BxaP1ON BY OM.. DMZ 0124i WATER AND WASTEWATER 70U°,mB ASA �soM2 -.axr ® ,• SYSTEM IMPROVEMENTS W$Y'�.N12p1tfs{at-cool x.14/12/x1 13/3113151/ 1° 2"°11 MIAMI BEACH,FL 1 Municipal Industrial Control Systems Tin ,..,,.1B..n.sr..BCIM CI"xm.., ow w I n a°' em„ I ROCHA ,wow¢ '0°213, f a comas w I.1......»u.WAWA maws, • . ___ - a• noon v€T mw An Av 420 400 ttan aa-zz u,��rn m odor surm. -O 421 I 401 1.4 —_ — • s"n o°�[c s s-mc 000-,iw ,a Rxn MIT now m AY 422 402 xn aat sfii me,o-,mv EEC 423 403 .m im"4'4 4'"tAl 424 404 w.. ur o12 tn.-ACM-11W A. 405 , 'I'4:rc4K+I12-lroiv 425 426 406 427 407 428 408 BEE AM 4,Nil ream wo.,ra1 4496 r n� r'r''''' ou 429 THIS SIDE INTENTIONALLY LEFT BLANK 409 o-v r. i�--a--0 swr w a„,T-ocw o-e,.;.f sum R.,12.8,_,,-0 410 N►r E l 430 rr z swT-aov+, 431 411 432 412 433 413 434 414 435 415 436 416 437 417 438 418 439 CLAW 419 !rczaunnax PI' BAR c�„T WATER AND WASTEWATER xzv. cArc fO SYSTEM IMPROVEMENTS , „�nio�r�.i�ro a/zo/ce�.s-euc MIAMI BEACH,FL m r° I 11/12/CA As-� ` :uici�awrµnd�stralrinntrTVI Sysl-mns m.. n wws n oTx sr.a xoiw a[cK wrrt I'a ROCHA s°mann womx — x CONTROLS 4 --_ U Moo y1,9a NUT wa+•a 520 cox 70 USS 014 MS 500 .z. b.m .cuss� i 02-X NOM .-m°" 521 501 0 522 O 502 MO +°`n sON mfi 503 Oces1 s+.. '0 1.0...1010 523 524 504 525 rN+: 505 !' .4 mom 4,0 526 506 cua3 �;�1��� no°:oo w+ 507 nOM �M O 527 528 508 529 VW CdadiaLMOSIC 509 RIM 530 510 (.ail vo. ..•/I `o 9v PSG +ou y1i O 531 MT IWO 511 ma, 532 512 _ 533 513 534 114 514 NII I rNa 515 535 vu o 536 516 537 517 538 518 539 519 m LW uo !_ � Ni WATER AND WASTEWATER °E. +sv. WI osscnrrIox sr aovim O. ,• SYSTEM IMPROVEMENTS L ..+i�ay1 i/so/9+A9 ILT S MIAMI BEACH,FL. NOM, 1' "�"X01 °A� ` Municipal I Industrial Control Systems Inn[ PM w PILL r y •'nr9 is asM sr.t IIm1iM CP[IX ele9a 990+99 �_ i wawa ROCHA w9r. +.w sax9wnc + CON'ROLS n...,.. +.. 9.+mlmw.m..u.m.. i 600 620 621 601 6 602 622 623 603 624 604 625 605 626 606 627 607 628 608 609 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 630 610 631 611 632 612 633 . 613 634 614 635 615 636 616 637 617 638 618 619 mn 639 SUM KY. OATS papurrroe sr eoaws ,• pater WATER AND WASTEWATER no. NOTES: 00/a ae-star as SYSTEM IMPROVEMENTS 110. Sf-000a MIAMI BEACH,FL oes.o ran av ' "/"/01 t4M°`Wt° 1O g400 Municipal&Industrial Control Systems mat wars as sore sr.a mote asp pays ROCHA xcetwmc 3°°307 — 3 oacem r ..a>yn wows.wetw CONTROLS e.s,rw.w..a... An °i xz Tn pej Imnm ac co" 720 700 00 'rtxEa:° 721 701 1 i � Rm "°� a ism(wu 702 NM ner, nJ_n°sL° 722 SERBS 723 703 - °`�'"' mu "1 mu ^+�.- 724 II 704 705 mu RID ACEDYLL•__ 725 70. Pwa mu, > _ 726 706 707 sae uRAar:i" aoe SiaRBa 727 708 mu ST TC.T. lINIERSCRLEED wass 728 uR.e-1072�'_�1°'" uu.1Rre` 729 THIS SIDE INTENTIONALLY LEFT BLANK 709 710 - xwssm d�� f„,,,, 730 711 2m 4s2 nu " S a 01.0e,Term, 731 am xss 4sw '.y,n,, yea*su.MIS 732 ■ 712 __ __ Es_a.sw I. Zan 733 713 0 s DES 714 734 mm. 715 ., rnS 735 a 9 736 716 7 717 737 7 718 738 739 719 aar REV. DATE DESCRIPTION n omam wm ,• CUM WATER AND IMPROVEMENTS WASTEWATER �, RorSS: a/:o/os es-war CO SYSTEM INPROVENENTS 'WS"�YR°.'mRfOt-oaof P Isnvw a-wPVUm SO Ruw ` NIANI BEACH.FL DM 72x72 �. Municipal&Industrial Control Systems rE.L.yrs n Esm sr.a Pyuu+cREtR., 'M r axcar s ,y0. ROCHA ou"c CONTROLS .nsr.w.uwaor.w.......muuma. 800 'p v. 820 WAVY haw' As 801 ,:a7'Oa-Ew r'c 821 802 "rB' 0—"1" 131 CL ""—0 vro T ,IT'art"..:...Ft 822 803 WO a 0-eTs niii '''''—0 vro a 823 804 SPARE :" j am °I.' aaxE SPABC 824 805 2228E gi E9E ao SAW SPARE 825 806 SPrs BO:" ii caw am SPARC SPARE 826 807 Doe ":" gi nom, '7' SPADE SEME 827 808 a,. m "" P'''' 828 e09 ma. ."' ® , "" SPA. SPARE 829 THIS SIDE INTENTIONALLY LEFT BLANK 6 810 830 8 811 831 8 812 832 8 813 833 8 814 34 8 815 835 8 816 836 8 817 837 6 818 838 819 839 — am DATE DESCRIPTION BY ro RAM �E"T WATER AND WASTEWATER Q1°" naTES: ♦/xO/Oa"s-o -r cm o� ,� SYSTEM IMPROVEMENTS cm,D . S �Var ; MIAMI BEACH,FL PAWL��"" °A"�'� Municipal&Industrial Control Systems 'nn[w.PS Ta a are sr..Nom care arcW saosm imam ROCHA S w.S.l...M"...Ds..P..T.N.010.0.m.o.... saEwne CONTROLS - - 22,. MA MU n. 920 900 FITJ560 Porth LOW 901 ^ :-'--- "JnE°,4 cAC o-l.4sx r90 921 1tueu y09 yna r _ s 922 902 ,� _ __ - r� � .ura rI®a 4 mu 1 923 903 —�-' vArx marrow cos,12,24-05 904 A4n 110 o-v-..i 924 OM,1010-M-42 905 925 s�� u O9FA 906 610( •u n .+ 926 xsu 927 907 6sn}�° 9 908 928 9 909 929 9 910 930 9 911 931 9 912 932 9 913 933 9 914 34 9 915 35 9 916 936 9 917 937 9 918 938 939 919 A. WATER AND WASTEWATER a•� -rper SYSTEM IMPROVEMENTS �M ,/p/�as0mcr ST 000,0 Dart. . MIAMI BEACH.Fl ' i-�' 1 ' 'yI'�0F •""�'F' Io.. ` Municipal&Industrial Controls stems me ow.X0. ..n Y vrns Is sanl n..u+oux cacsx wnc scour m� I ROCHA 5.0.1k ,..4,...11.,.cs.IUluw 012124/0 ho smlcllanc —T� caxraas »+ FA W. 1020 r -( 1 1000 6!1[97 en. i ,n>wv N0iw.1m1 1021 .- -_J me nau -1001 - i+—u UT 1910 9 fa ISM pa, rage.,1m vc 1022 °�' S n•Ut -(9- 111111311.110.0.1 .m-111/m aw. 1002 ,mu S—��--ra WPM 191 MAT CO.cis I I d„A„ �` I 0.991 WWII 1-20 I CRAM Owl )Nn1.. �� 1023 '+'^ .=. ■ al:010 99113CPu 0m..m91u 1003 NOR F I s'"' I 9f19 wr .wam rz 1024 10�;_1 �!i 1004 wu e isaA,a rzr • y001 1005 —r-P --i)-yeJ C 1025 di.12i 1 w91" Ow 1006 uu 0 1. r 1"""""lc."'"i0' 1026 U iI u0.9 _1 s.uu• 1007 ,027 1008 ;_- 1028 • 1009 • C= 1029 as 1010 .-- 1030 u C 1031 es 1011 1012 ~ 1032 111 M 1033 1013 1014~{ 1034 .. ~1 C 1035 1015 $. 1—"CE 1036 1016 1017 K r 1037 Io 1 lola 1038 1 1019 1039 rtr_ OM neswmax 91 www9 o,rz ill.----— C.A. WATER 9140 WASTEWATER ppn PIM&us NOTES: •/60/04 s-9uKV CO SYSTEM IMPROVEMENTS i i. N1m�6 r-mot _ iyf>M .s-Na,u.m 91x _ MIAMI BEACH,FL 0919 in Nun 919 Municipal a 9aYrrial�n Control Systems,. n11L PAM 19 99111 sr.9 w9uv1 orcFK 90.vc ' ROCHA PAM 19c 600307 * CONTROLS •91 g. g 0 .- 0 r i 2x3 VA AC`MRING ONLY CIRCUIT - —:BEAKER LSUPPR SURGE SUPPRESSOR AC TERMINALS sgi Oa� zo ® SUPPRESSOR 1p i t a AC WRING ONLY 2z3 Y10 -:a J 3143 VA o V' V z I LEM iON SURGE iii AC TERMINALS SUPPRESSOR g te g 1 A C WRING ONLY 2x3 WD n v D r AC TERMINALS O O ysT3 w O O o F W AC WRING ONLY 2x3 WD I MI - # W — cx FIELD DEVICE ANA OG SIC.TERMS 1i 0: Y K � N �1 � J -O � It J >u J yy K O O O N U 1- H DC FUSES AND TERMINALS SURGE ARRESTCIF 0 0 2x3 WD DC CIRCUITS ONLY NOTE.UL 508 PANEL e�oN ay. DATE ors®mnNl ATS • r WATER AND WASTEWATER .Errs ym/Tr As-a14v cm T.D.�� SYSTEM IMPROVEMENTS �,sw�� 1 -, x u/u/o Ntm I.N T.... MIAMI BEACH,FL __ ,�• Municipal l Industrial Control Systems mu sus n UM sr.•oNZw MEE OWE NOW IIF"''__�'—I'I Two. ROC` axarun WOVE CONTROLS N.Twr...ka T......1e».Musa.T.,+-am.. -- -__ _ ---- 37,0 17.5 17.5 0.5 3,0 \\\\\\\\\\ \\\\MIkh\h..`\ \\` \ ` 7.0 PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY k\\. \ \s \ \ N ‘, \ \ \ \ \ . ,\ \ ,. \ \\,\ ,.\\\\\\\ 24.0 ` \\ \ 13.0 NOT USEABLE \ \\\\ \\\\\ \\\\ J 10 2.0 .";:<;:. OPEN AREA 1//1 CLOSED AREA am REV. MM ORCR PE,mum. 0.e 1°S; amrt WATER AND WASTEWATER ncIcs 1 +/00/06 As-RULY CEO SYSTEM IMPROVEMENTS tran.e D., x v+sm en-smsum 1O 0""" , MIAMI BEACH.FL Municipal R Industrial Control Systems at vwrs ,snu sr.•.0.csen 0w[ maze ROCHA COMM Ernst urour S00307 '.sr 1.4,...con7ROLS R....1.am 1.4,... we MUM.WARM na _.__ _— 1100 1120 1101 o r.: m�i..c-o aa.m 1121 In 1 1102 1122 1123 1103 ia e tro_o. © 1104 e • 1124 D4 1 1105 1125 1126 1706 m U1106 " © 1127 MI 1107 1 1108 1128 1129 THIS SIDE INTENTIONALLY LEFT BLANK 1109 1110 1130 1131 1111 1132 '.112 1113 1133 134 1114 1115 1135 1 1116 1136 1137 1117 1 1118 1138 1119 1139 • IRAN ...... WATER AND WASTEWATER nevi REV. o9/ LT s' `0 SYSTEM IMPROVEMENTS no.cs 1 IV We,A5 m OPENER MIAMI BEACH.FL VE I o1 ' "�"�°" ova M.niopal S Industrial Control Systems not anrs w ssm s1..sou"Door Dons J • ow..= ROC` saE"Am MAW If-�r I s CONTROLS ".w"..s44t u.."RAMS.MOWS,. 1Mn•Mr µ 371055 yes 1W 12 ST MESS SIM ME:111/•aK 14 916E 0441 A"t3' 37.31 i MY9e eM9KL 23351863 14 GAME 316 11 T e•1r u m Pro*M.vs.s2eveo�v um 6-77,31141 AsTNAN 1M96 MF won MT Po•In• 2 410r11041:6-715436,3 106YCV123 37.110 2 80 13.116 P1 AEI armn2n I S1E 611EIT u s'EL I LE/ svw4 6rt p1 . WO I I �/1 ,I1 xs II • LEFT SIDE VIEW iMONT VIEW MOTES cup.NAMEPLATE 2-V2 a 8 h'WAS 19' 38V OATS n[CRIPMN W mam UM 6mT WATER AND WASTEWATER MIL MOTES: x/20/241 a-03u SYSTEM IMPROVEMENTS �xead a y_ 1 I 2/13/07 14-38133101 mom ra MIAMI BEACH.FL f Ilk Municipal&Industrial Control Systems 071E.Mrs 19 wTx ST.a scow 2074 ROCHA °1umm 1 500307 2x07 2 °� T 7w2.0 m2aa.1a1.2x 1. E2amas ..Tr..�w.... am RPM CUMIN■S . CUTOUT •• 11`` aGU ■ •r—K I' [gym, i I meal :■. ` BB701 y I a =_ �� T MI Si -01-II QYIRMB 12.30 II PLC PACs .1,1112. _ RP. mm 30A0 97.00 I ��+ _ L_ J — DOTSO ENCLOSURE BOER SWING WT PANEL VIEW OT — TRENT VIEW SIDE VIEW MONITOR TOP VIEW MMIlii ®ice !ONION FRUIT __—IRA— I `_�-- TOP VIEW • ENJm 12W . WIEFREIREID®m 1 REv. DATE NxscNnold m mom art °1°Nr WATER AND WASTEWATER SYSTEM IMPROVEMENTS �.0�9 N� NOTES: x/20/06 AT-BELT m ,• Oi 6 0.WT-Oml : ,1vNNi � m s2... ` MIAMI BEACH,FL 3<.. Municipal i hAustrial Control Systems Trna.rPS iB..,a...N mtoc BNSC smsm ['Nam ROCHA ['CLOSURE ONO RACEMES . 2 00ITNR.5 w u..n...N.... n.111.02111• 5K4I0 Rack Antenna ig . 3 1 Ss I c'1 _ �' is a .. —❑ HrxLel Radb Ncden $ : 1 -- INX [,xEMl SNitx WO .. Nexiel Rode/laden me 0 = —Q 0040 �� I _ —V -=— • MM./oarurce TOWN. PLC OINC M,R TL NAITO PUP 1, SEE PAGE 3 LINE MT SEE OwG Moan CROW l \...... v nE snwii Ms dWS AtL.0 OWLET C ET16C, r csua-e.mr+n.ra '— avEVET mwrMAiroc TO____VIA A-e sex MIME.—rrr M 100C-n-0:0 CAGE // 30.raL0 0141 i®,M. I ice. I i % _ auxr WATER AND WASTEWATER WO REV. DATE OESnePfine r a>4r SYSTEM IMPROVEMENTS �rla we. NllEar lin/0 u-00.1.0 r • "R moo'r' r VrL� cruel MIAMI BEACH,t1 I ` Nunitipal&Industrial Control Systems TOLL yNi es ap Et ROCHA ELOM MORAY 300307 CONTROLS I.sr..... ... • - 20' 220 x�P' 200 '—_- -_ 1111.1 o is , .,, o ro.x 201 °m'a4xP E 120 221 Liig WT.ar-Lnava. 202 211•q m 5112 222 223 203 �e� .nom-an MI e as .12112: Mrm 5,412 1112 224 204 1x...40402 CO. (� WM,.5142 aoxa f 122 Pgxnl Ri 225 205 C C 0.201 *:812244115 MM OR s'im An-o4444.41.N 2a(rw0 PL" 226 206 B (mq .WW2 227 207 • 208 011 pal 8 228 040 P4 M2 - 229 209 mr 7.� 230 210 n 02 r. „y.�.� DAM.roy�"T 231 211 anl.': 514 5112 ix 232 ^ .la" :>aw u 1 POSER I 0.4.00 UNY PET. 212 ou¢°s ao • er 233 0 � m• eau .Pa.x.2s4T 233 x>y MN ,.e 24 C� 213 I u III u 2.u�un anal 14. I°""n404 21 234 n :.2.4 IOlq 2v. I2. 235 now zt s T. °0`744-33. 512. 2a. emmzln2 236 - 2r 2.f24-1140 216 [ ,a• EY23T was+a.T arrtr ml® 2ne=J M'- 217 PLC217 174)WI 237 x vx 238 218 4 > C 07 2. I ca 239 uw 219 arznT WATER AND WASTEWATER 2•°,v. KY. 041[ ocualmox 1 mow wn I. SYSTEM IMPROVEMENTS sexy"'", -00124 NOTES: ; 4/20/De 80708 0� MIAMI BEACH fL 112/42/40 ua2N10 gxPPx ` oqo.N2. Plxo. r Municipal 8 Industrial Control Systams Ina.s 2s mu 2) 800.482 -�- 2 ROCHA soxfllgnc minims •n•++ Y —._ r.130 14 C1277/ ao0 corn usAR+nn 0-a 320 300 0300 mw i mm m. .�---•1 aui nw-xmv 301 >.wc tt 0 w r. 1 321 �o wa-ax 302 a am(-t 4 on 322 iuiao.31 sae rwp ram CO ICI WOOS rrr g „ Z5... ° as isasvo 323 sa bra¢-as0asw 303 1 I� ❑n nO---0-°b -�' A s<rr<.,.x an.r amt MP 0 CAA.asm 0 7 Oro 5q w .m ea 00-030. 304 . 1 V._ mu pn ep---a "� <...,..: 324 Mk,3 0[4.010 PM,nw•• n orw won wra OM 1017n-00...SLOW 305 1 ,1- ❑e, 0.o--gin, ° .m.m,-4.01 25 y� s sm vu m OM 117 w-•oarv,x0-130 326 306 1 ll 1P. On vO----�-30'r"°""a— fliNalit0n.arm-wr 307 Clem asp 327 308 Om a0 328 0 329 309 1 310 330 - 1- —-°../——4-——o.,p-b--=s--—1 .SS-A-12770 0.11_1310 _C_m0 331 r J 311 � _ .� 332 I-——r._ T smz 15J-2.710 ar7. — 5 a' 1100 uw 312 1_°210 333 313 334 v.c"s<m�o 314 w -0 o- X1.3 ID_m. 335 315 336 • Pan 00 316 pip ...,....<,.,<.sa 337 m0°nrN —Nsa mwR r'anr 317 mow Nue 318 338 um 107110 nas — wa/ca-o30 CM m•°0 339 erm,s 319 C.°4 WATER AND WASTEWATER ,.oO10i N1 20/ O[-1.0.1 n eumm DM • SYSTEM IMPROVEMENTS �� 1 Vm/ae 0000,. CD MIAMI BEACH,FL a 1 NC iLam a-wa.um ou.. ` I rasa lar. 0 Municipal L Industrial Control Sysfemz um,S 0(PCP 1j Woyr a� ROCHA fp1�'"` '+r CONTROLS rnrur.rrn<,.eww am maw.0.14.01. PA EtoaLseauseullan 420 400 nnouseatalaas Mk _t9�931.1 0:30 urt B°.x aka milli: ED 401 tr.; - - � ac 'o-it N 421 `u.o 9°""x. yp 422 as es 402 es 91011-0% 403 sti�io-�i ce 423 IFa sxm„Bx im 424 404 m ac sMiv-ix 10-im 425 405 4 406 426 427 407 428 408 0- •o 409 e ii " i�a-0 �� 429 THIS SIDE INTENTIONALLY LEFT BLANK aw. SHUT-03.1 o-n 7k 4'" a.w�tc-0 222r.-233.11L1.3.014 430 410 • mvn :01 .x°a wr-awx 431 411 4 412 432 433 413 434 414 4 415 435 436 416 437 417 4 418 438 4 419 439 <uar WATER AND WASTEWATER REV. Dart oBSCBrrax ar owrz ,. SYSTEM IMPROVEMENTS '� NOES: I 4/m/ue u-xa.uaB �B MIAMI BEACH, FL `" m� ° 'B/'B�0' °A° ` Municipal B Industrial Control Systems mu xxrs y Cnr 21 PM xs. o,ca.° ROCHA 20104n< sa41a7 — a • Camas x...............°, x.x.B.x,....fawns.4, . - ..2. mmEa, 500 .24 d00 Ye,m,w.um.r 520 RACIC CO 11:E AS i1M-Ib OS MOMS I:OLC N1nY IA•20 nu SPbE 521 501 ■ 502 mot i'� , 522 ° exa noop sxi o w 503 NO sos` ° ursAa 523 524 504 505 525 Mil sec >•m- sSI 526 506 °0� If��t��� v.w o m mot saw TO WOO x110 msCO 527 507 °1m ° 528 508 A 529 ilq sec 509 530 510 NoA aCU il� unx.10 mw sae 9 III:Cwsw 511 OM) ° 531 COMMA 5 512 532 sw 533 �il� sec 513 aw 534 ° 514 �il� SPAY _ 515 ° 535 536 516 T:;!7 537 517 5 518 538 5 519 539 m on SM nn.. 11erc 1 0-100.1 ox sr owexm 1• cup' WATER A IM WASTEWATER NOM: I 1/211/01 0-emu CO Iw,E SYSTEM IMPROVEMENTS '148Y�xd"""Vs0-0.0, MIAMI BEACH,FL I 0/11/0'x' 20 ww , Municipal b Industrial Control Systems me moy y 1p 0) Ma M. Sr M. - a11" ROCHA ssMWM 5."" —seer s Imums .:..r...r- ...,a.WI..awn. . _ 60 620 0 6 601 621 fi 602 622 6 603 623 624 604 6 605 625 6 606 626 6 607 27 6 608 628 609 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 630 6 611 631 6 612 632 6 613 633 6 614 634 6 615 635 6 615 636 6 617 637 6 618 638 619 639 C ■a ,can an I000® uA>tr WATER AND WASTEWATER SYSTEM IMPROVEMENTS 30.ES: I a%eo(at 41-AYI �'I Idrt • I 141Ei°�13ST-mot I mlam n-30U^ '°l a.e. MIAMI BEACH,FL e.a n non • Municipal L Industrial Control Systems 1mt.0rrs u(3,23M 00 a1 NOW a I ROCHA ....,ms.µ.......,u.. SMFWM — •n Comes „ 1..1u031.032.23 . P, '.144"--;)`,./.. m. 720 700 L U6 ro 2:22 00011` °"° rtm 721 701 11 700 ^s`=ol—� asaro OW MIL Z 702 tta "'mi----, a+s 722 AO 703 m6., n Z. 723 704 mu '41._24: 1 v ypn nn+i+.mat 724 705 7012 a. .m. 70:12 Ir.. .".r r°'0 725 706 nu is + • saa. ,xsn 726 0," �,ynx " n 727 707 '""°S . nw 1.2..972 1eii28 708 o 2. 729 THIS SIDE INTENTIONALLY LEFT BLANK 709 ny 2. 730 710 ---'J 731 711 = 732 712 an0 n nu ® = s 4,..C-222 yam . usm 733 713 ' qa n 734 714 715 . 222 735 Ica. -- 736 716 ' 737 717 . 738 718 739 — 719 12.1 con ,• WATER MIAMI WASTEWATER .r. OM oLSCa.,n. IT =Me °aR SYSTEM IMPROVEMENTS r s 4/210/01 22-2�GO MIAMI BEACH,FL xa_ I Waa/m a.u. ` ...6 M. Municipal&Industrial Control Systems MU SOO as(rc.Y 500101 a o� ROC8A ....u... ..1........A....22.00,. wnaam CGNTB0.S ••••� r 900 >. 42 820 �rba �surs(0,..-N,4c 821 8010 c ® mu ma-0 ws yr PIT.u..xom,. 822•eo2 `�" o- nx n e NY PIT KM a wa�lnce 823 803 we e 0— • yoc L'1/1 —0 �` 804 SP. ," j C913 sou ar. seem 824 aw ® e9E1 MO a.K sees[ 825 805 S°01K 806 awc mu Ci °® arc yes 526 807 SP. v.' ® ;•:lt] • a.s SEW 827 808 y� ® m +M se..r =BE 828 °0fB a. seeW 829 809 a""c .R+1 THIS SIDE INTENTIONALLY LEFT BLANK 530 810 831 811 832 812 833 813 834 814 H35 815 836 816 837 817 838 818 839 819 O . WATER AND WASTEWATER 6°•1 xsv. 20/ oCSCO' sr oao�m OM ,' SYSTEM IMPROVEMENTS '�ILWIL-0�`sO-oaoi �..s; 1 ymNs�nr m o2.. MIAMI BEACH,FL OM r r.� r. 'rr"r01 "'° 1O ` Municipal 1 Industrial Central Systems non..Tf u fKe U ROCHA }p1Ounc WOO .�a yam CO4 OOLS ...tad...n...a.a,.. I .a..s.Saunon.. 030 2:140 OliN EYE. (RCN Era= BM 0:14A 920 900 PiT1]eo po L®77v CM, 0-120 rr-14x0 921 , Met LOW 901 i Em• i .20-20 is•s rs`3 08.iwm3 *NW 01300 sa.xsss.[ 922 902 1 1 923 903 924 904 iw®m mail 0210-20-0,0 905 ,,,,,A MOM 1010-21...0 rillil'i 925 906 p1p1 ia, 926 907 1m0 — . 927 9 908 928 9 909 929 9 910 930 9 911 931 9 912 932 9 913 933 9 914 934 9 915 935 9 916 936 9 917 937 • 9 913 938 9 919 939 asxr WATER AND WASTEWATER x°11"r E1 20/ EEUEILT n mwm tun . SYSTEM IMPROVEMENTS NOTES: i x/s0/0s ws E a all MIAMI BEACH,Fl t -0001 ' 1x/1vm awns ` Municipal E.Industrial Control Systems mxE,w..u Mp A NO.MO. V.Inv. aye® ROCHA 500.11 SONO7 slot • �,mmn�l __ P.�. 00,10/ 1020 .a. LP u°--- )----I I t0oo = I nm.s® ni 1021 L -J mc.m! ' 1001 .--�--�1 UT .0.091107_2310 07_2320 =1-4- 01221/40.09_ Kam,,ro M1 pi �n rtn•�s OW oz x—`i .- 01104 WV WWII•-TO NA 1022 400 00 0/MAT 03/009 LUMP L- osn I �_ M TAO sm 1003 MO ) OM <- sxc 1023 I - OM IF 1024 '$J 4i,� �womru 100.0 nil No Ar 1004 ++� 00 r , � iq.wrt eurnmes��— n J 1025 1,9 1005 Y L -J � 1006 I- 1 r -,ss'o F 1026 T� u_suo 1027 artu 1 1007 1006 e {711—C 1028 Iii C 1029 NI 1009 e=-.-.4 1--m 1030 1010 is C 1031 1011 Ns 1032 1012 i. C^ 1033 1013 M-e-71-- .1 1034 1014 ii 1035 1015 VI-- 1036 1016 is r 1037 1017 1038 to16 039 1019 WaT WATER AND WASTEWATER ms u.ac. �� °f-BIITT ar ppp10 OM 1� SYSTEM IMPROVEMENTS msu.ma""°�9"o9-coot • POLES: ./m/06 AS-BUILT r MIAMI BEACH,Fl. no ' "�'a/Q' °Y Municipal&Industrial Control Systems rms.a.,,y ss(b s1 esa.0. • S. s 4.00/C SCOW —u,- °'Ofm «r n.+.n Mon.10M1..11014 CONTROLS wan.. -� - 1100 1120 1121 not 1122 1102 1 1103 1123 124 1104 1125 1105 126 1106 1127 1107 1108 1128 INTENTIONALLY BLANK SHEET 1129 INTENTIONALLY BLANK SHEET 1109 1130 1110 1131 1111 1 1112 1132 1113 133 134 1114 135 1115 i 136 1116 1137 1117 1138 1118 1119 1139 _ REV. OATS )ESCRIRnONI BY mwce AArt ,• WW WATER AND WASTEWATER MUM 1 •/m/Ca 4-eunr I CEe SYSTEM IMPROVEMENTS &,o,nw� � E 11/12/07 �� otiNn ; MIAMI BEACH.FL um rm. m X01 Y0 c.aw Municipal b_LndMStrul'YNntrol Systems IMP scoo xa(ra 21 sovro' I ROCHA Sg1F1'T'C "" CONTROLS ^+ MASSY MAW=P. • ROMP P.NPRINAR C SwlCip!I4/14 PM NUL TOE MEW 101 ll M CCOI PNRE ACCESS MIN NO V(ORM 24 I I3.0 l LSO.I — -- I J J o 0 0 8 —9.2 1650 n 21 Puia a —I r 1 IL + ED m ,2IN. PUP POE II V KEYBOARD II 7 y.ELP NE'/a D RR lit j 72 SHELF Ifil II5110 56 II II 38 V II II L 1 I F -1 ° p --_ D (UPS, 1 UPS I I`�UPS APPROX.LOCATION OR IFS.RELATIVE IC PANEL FA[ VIEW INTERNAL PAWL SE VIEW M NNE. IFS IS LOCATED INSIDE EMO.OANE L NAMEPLATE I--I2.s w•NAPS DT afllr WATER AND WASTEWATER ..SPA RI arc u-IKAT M BY NORM AM • SYSTEM IMPROVEMENTS RN InIEy ; 4/m/aa As �COI O MIAMI BEACH,FL 'r TS-o' ivlYRr ow. ` Municipal S Industrial Control Systems mu IMS sa(PTO•it °o on N�n s o,IOx, ROCHA emosum AND uO1PAMa '00'01 - CaMTROLS MM lnnw.m.Nr.l....�Y M.mmn.w.wm o- -�-- �- _—� -_— 2x3 WD AC WRING ONLY 0 AC AKT o I 100 AC TERMINALS — BREAKER c LSUIPPN SURGE AC CKT - SUPPRESSOR 0 BREAKER U Z DNET TAP E z a ° 3x3 WD AC WRING ONLY tsi aI a W 11 II Fi J '''.1) CI <R 1 i 2 2x3 W9 AC WRING ONLY — cr a 0 OOmjo 6 U II R :' '1 - a r 5,w n % Q 9 II ti a " ' -C J = 0 0 i O IA E O w 2 ` S J U _ Q u U i o S F 11 Z = 00A G F fY K ) — Z I 11 U p Q 0 2x3 WD DC CIRCUITS ONLY 0 NOTE i DRY CONTACTS FOR VFD INTERFACES ARE PROVIDED IN THE A.C.SECTION RELAYS. UL 508 PANEL war en. 005 ncscNx ION NIT omwm o rz ' ,• CUEN0 WATER AND WASTEWATER 4/2/OS 0 005.0 COO SYSTEM IMPROVEMENTS . . Nno i NOTES: ; MIAMI BEACH,FL oNC w Ewa ' "/'x/Q' "'-1Of""� Y0 P10X Municipal&Industrial Control Systems 112.2,Nyps 3I,,,,a) ROCHA WO..WOW WOW - x ....ex. CONTROLS o•Sid a..•.^^•. 1222,MHO 000.4+0 48.0 22.5 22.5 - r 0.5 3,0 k \\\ \`\\ `�\ i"\ \\`Nerb `\`:\\\`\`:\\ \`\ ms 7,0 PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY \\\ \ ` \ ` ` \\ \ ` \ \\ 24.2 \\\ \\\ \\ \\ \\ `\ 13.0 NOT USEAHL \ \ \ \ \ \ \ \\ \ \\ \ !',T- W l 3.0 \`J OPEN AREA ® CLOSED AREA a" WATER AND WASTEWATER Etv. wre oESm 7" m oncm un • SYSTEM IMPROVEMENTS ia/Ea/w u-vuar MIAMI BEACH,FL " " - "/./c7 Aa-menma0 °�m Municipal L Industrial Control Systems not, y a) °" Hores. aca® RDC` COMIC PM PACE s0ouor sun CONCHA vv uau.vwvn rr.riw.rav mfv,ssw nua.nv n. IT P, L. d ayye d 4Y Rado Arrtemn .e C ' ;^ A N� NY r 1 I�' NexSd Redo Haden 1 acu)owrs swum wn I c -_t _ v e r ism $ .TIuL' IR% E*rtscr ry -vim II 7C I Neztt Redo Modell m� ❑ ❑ ❑ '�{ -_ 116r<,> PLC CSITIONIL MT TO 01137•POWER mel6INal WPY)R IMoCNrL C meaner \ ErlemEr O M mover NUS / %IKL elm ______ -_ ICAOTHEr CI:WM.71 MS To VMS Vu 04 ml MULE USE A-1 PM.lU C t-NV.CARE I i _!; I o i KV. CVO'S eExRIxllos n ,, C.M. WATER AND WASTEWATER sores 1 4/20/06 LT-111111 Ca amm SYSTEM IMPROVEMENTS R1p r-cool MY ND. ■ MIAMI BEACH, FL rain pm 0 rs/'s/O ""d4°'m ° gum Municipal&Industrial Control Systems nns ewrS as SIP STOUT R0 00 urn ROC` .ros S SRLN 100'0') —sar a SLOCK CONTROLS so5nxzrwe0T... )se.a!nsl..o..m r.. 200 --%_ 12.4 O . VA!,a 220 ra .a 124707 = . �co. .sRrncr aaw R vox p �'.'�CUlma 221 201 m w. ll+ACI 7076, 202 0. ,.221222-202122.,rm 222 ozc s, El E sma° E 'aa 223 14 MI 203 . ri ouur m e • �`x, 12 224 ma=nem 204 ADAM su CURET I 1 ,ra,oaa a In- 225 ' 205 ,s'ss C OT."S I .csrro■aa T32014292 x07 c.,«°n w 1° 226 206 ml al� B wme poN 207.s vs°MUT 227• EscuEllEall 208 (+d) s�aw no 228 ., .2 • 229 209 xw" • as 230 210 . IB.imm. MB. a;" "`+'� ama 231 ,a.a.�. 2'.1 W� umxx ..ssmn ""2 �" �T— as74-107 ui4x ras 232 ® - xwao m rma 212 7mA 7a.A Er 233 13.s F232 mom• © 233 �S C-4, 213 "a t74'-^ r 1 ca.m BM xsA a..III 234 xa.. "-1 x•214 l�s4 Ea iM 235 0.4 215 atm= AS 17.14-1.7 22.36 236 r 2.16A >-x.-�w■ 216 ET237 RA.m,.mA.va.. WA 4 277A TIT 2276 C 217 PL0217 237 ® a.wc_ Z 1747,527 Kt 2 z1, 238 218 l r ) [smear 4x4 a all: eer L 239 Q°1 219 u,s.T WATER AND WASTEWATER „O°"., M. OAR 14..17 n moan ^"n • SYSTEM IMPROVEMENTS uY'u" Leo, a/xo/a as-su..* co MIAMI BEACH,FL nc._s. ,v,vR, a.m.= moo r wn m. Municipal E Industrial Control Sysfzms 07,E ECK a usr srlaEr 522610: . ROCHA VOWS la '+° °fO® ...w4.4,..0WilsS .m4.e.40.42,2.. cow ..4.. -- — w nn im MI 320 300 ism • 301 m. C1% \ 321 ian�.a >m su ri LEC N'D' � m V ny•OM.111-091 e-wa.-°°° 302 vis.. 9.. 322�'„m uxs..e roa.r,n v0 m w mown.r. yi ei m. v 303 I 1� oo .o—�=a — pStl i...^.9-� 523 �.. i..n ,( °CR al°`ret..• SLIP 304 ■ I ,� O. ssC1--�-°a°e'=°-. m, 524 w s a..0 a.m. —Tv, rr>.. La g 40v8' 11011-0M 325 305 Y V J� Cl. uo— .•mmaar aeml 100a • a-...a.A m. ”' r 39.1-111.7311 26 306 ■ J z5.,,--® O. "p---���-°-_ 307 Dm s.D 327 308 C]o 31 328 0 329 309 �J 1 .11 M. 061166-61611 u"°`�' 330 IA- ave 310 is-.-im u-&2070 7.3.C...2.70 1 ,, 311 331 r I m 312 332 _ a.o.1:m-asim m "0-'2w see sal-mc 3 313 333 334 O- O °- v�-0 314 eoM-MILaW w- 3 315 335 3 316 336 row 337.— m. —MUMS.mwa .m d.' 317 •101 338 011.01 0.10 318 _1,„. iaru OM woo ' 0 ''w 1'° 319 339 sx°n-n o arsrr WATER AND WASTEWATER area 1 00/ oi-OSnia. w °°p1 ww ,. SYSTEM IMPROVEMENTS MOTO: VmN.vu-.e,.um O MIAMI BEACH,Ft. S''I?"" 9-000 ' "r"�°' OM. Municipal&Industrial Control Systems rmt wxrs a ear sae[r MM.OWL 00. ROC` WNKYAr10 100001 ' i °a°® F.„.».„,,,.s,..M....,,,. CONTROLS ..s.....n......... 1 P4 w 400 n 1N.a 420 401 ,a _J1vn— 6 ., n �o:xw 421 m m �� n m 402 rig aax,o-nor 422 4. 403 o¢.aa 42rum 404 m ,m u' 1 a'2 424 INC 425 405 426 406 427 407 428 408 7w,Zreml ti THIS SIDE INTENTIONALLY LEFT BLANK 409 o-e ii aza vi -0 m a.,rOp,Qx 429 M,aa+-mrx px e n .imt 430 410 o-�e ix 4,n “:12_2g_-0 L1-.24111E12 Vr- M 2 m4i-OWN 431 411 432 412 433 413 434 414 435 415 436 416 437 417 438 • 418 439 419 mm REV. OFSCA.1014 OM n. MID= QM ar'^ WATER AND WASTEWATER yxo/oa.S-WU CM ,9 v SYSTEM IMERTIEMENTS N,.xaa m NOTES: x 13/11/07 4-wT.xm NO m.NN ` MIAMI BEAC.k FL �,o W. �. Municipal 8 Industrial Control Systems not,..s 04 a,n arN[3r WWaano. -fir a I°`� ROCHA ... . .N sa3Yanc CORTRMS •• m.....m.....m�. 1 -- u COS .20 m urt rye C84 _ _ woe ao u w v 520 500 ao.a '""1q` WADS a m.. .cum 0,1 T.m..s ue 501 521 p nmu 'I 522 502 um°R cmu) „• p 1«o 523 503 5 504 524 525 An--4 >P� 505 _ caw nm-. u woe""" 526 506 am �,�'�®� m"'i m.sa x;00 SC7 uaw ' , p' T1.m 527 5 508 528 Piu 5 29 d LIE 509 510 p°e) scn �I� awoc.m.0 530 - o TM lwa°W MO MO 511 (al) eaa p 531 5 512 532 513 533 �I'41 >rY °10" p 534 0 514 i w°T sieE O.515 p l 535 • 536 — 516 E.W 5}7 517 5 518 538 539 519 m014 sm m1"00 WATER AND WASTEWATER CUM �• DM °�C�°0X I °�. o a Ir SYSTEM IMPROVEMENTS NOM 1 00/0010°u 00uv a MIAMI BEACH.FL Nr�-pp01 s 'y1L01 �4f� s... ` Hunidpal&Industrial Control Systems ime sMS u aisr sleet ROCHA soHmune scow wet I o =an COMM5 n.r.c.wint Togo...we.ciuw.wum no • 6 600 620 6 601 621 6 602 622 6 603 623 6 604 624 6 605 625 6 606 626 6 607 627 6 608 628 609 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 630 6 611 631 6 612 632 6 613 633 6 614 634 6 615 635 6 616 636 6 617 637 6 618 638 639 619 cum RV. wrc oescmmwx ar owwm wrt 1• �eMT WATER AND WASTEWATER xc*es; a/a0/0e As-auwr cee SYSTEM IMPROVEMENTS NStor"`"01 h-0001 ie/ia/a+ os-:xnaym xe Bum MIAMI BEACH,FL Bea. Municipal 2.Industrial Control Systems jme.yays n eisr smm ..0 ROCHA s<„e,,,,^o e00307 CONTROLS ma Lw aw'haaarvw ,,xnmpLR"mu..no iv P" A xt0is(:e):00/120 VAC IS 700 .24 1.1700 0201 720 snc w ,:m¢se,Aw.Ox e»e�unmt 721 . 701 z=I 702" wx 4010 CO 1270 SIE KU MF 8202 4020® /1200117.14140 Ms 722 lir 702 0'22470 7 703 723 t7u P) 7042 (PS Ram,1n 4411i 724 ELI 704 202,2 01124 0M,2 ® 1322 705 w 201 725 705 RIM Rm 70010 mss 22022 726 706 " 191-.2_2472 707" I PUMP,022040000 727 707 - 492_".2422 mu am taw ® PAM 7 WAN, 726 708 =M 492.21.72 " �'-" '�°_70.°" m °m 1 22.72 729 THIS PAGE INTENTIONALLY LEFT BLANK 709 -t �-"1•� >u-r'"' " 1121.1, 730 710 __ __• ® x�2we >6�1.2 . 042772x2 COMA.IMF, 731 711 _ » _� 2-s-u. " bvEe au r'1 R 732 712 -'-'0,02"2_�'' ® aim ®„s 733 713 1. 714 Y. 734 a __ 735 715 7 716 736 7 717 737 7 718 738 739 719 u07 I RSV. arc oc-RAI.1 SR WC ,• cux7t WATER AND IMPROVEMENTS 2702 Aorzs: 1 4/xo/a 407-euLt cze=74040 SYSTEM I BEACH,FL ' .' -amt x z/x/40 uyxsuux0 w 02711 , MIAMI BEACH,FL 0.n.ma. .51x0 R2 Municipal&Industrial Control Systems t2nc wwvs 24 71st MET 400=0 ROCHA ecNeuMne 00020' v¢t x CONTROLS 0.A 12....7..7.."7.4:,77 mom.WAWA.A. 1 He 820 800 To mmn YON, All 174.0.-023 2u eco main on mo-na m 821 801 PDDR65 h Dla 802 KB 1 o-'t?" lal •T 0 °• -0 vrO 1 037 PIT PIMP I RTaimTO 822 ro0. U ml •°°_0 7*20 2 Dr PIT A„v z RS MEWS. 823•803 "r"0- tp�B SPARE ,498E 824 804 WAILS aw3 � L'�• 805 SPARE sou a SPARE 7203E 825 • 3 ® caO SPAREs9E 826■ 806 SP 807 07320 .' la m° m3OE Val 827 808 a32E sv ® xa °P32E 4E3E 328 ® MB 0 RE 829 809 �'SPARE 0732 PA THIS SIDE INTENTIONALLY LEFT BLANK 830 810 831 811 832 • 812 833 813 834 814 835 815 036 816 837 817 838 818 839 819 REV. DATE DESCRIPTION BY 030(0 !WS .307 WATER AND WASTEWATER OENT s 2 0/20/011 AS-euET cE2 SYSTEM IMPROVEMENTS W, f-ami NOTES: • 0 10/10/07 .0-0133 BO 0OoRN ` _ MIAMI BEACH.FL o2a Rnn �. Municipal&Industrial Control Systems m1e,3.3.ps e!st,OmEn I ROCHA CONTROLS NR n...w2.1..0303a B4DBSU rnrn num xxEwne TM6T MAP.6 v e3.6 900 920 OITZ.60 FNMA,-n.rm;men∎Arzud 1R PONV LOOP CO- 0,60 GT-H20 921 901 i w,6_f-i Leo_ .'1*t'^� NCO. 92 no °WRITS A-20 I 1 -°6 922 902 -Ja!N BsN.aa rNESVm: b 903 sou - 923 904 924 905 MST 0o-n" atAM u0o---m-ra 925 906 .0S — I u ;41— 926 907 mu I Esu 927 928 908 i 909 929 910 930 911 931 912 932 913 933 914 934 915 935 915 936 917 937 918 938 919 939 kEV. O-n; DESCRIPTION er .ESxNSO CAR cucxr WATER AND WASTEWATER num NOTES. I S ./:o/oa As-BUILT CM 111 SYSTEM IMPROVEMENTS O.PRY s 12/12/07•s-INSruim to mu. _ MIAMI BEACH,fL �.Na PAWL K2/ Municipal R Industrial Ccntrol Systems msc Swms 24 nn SISIET aE4,22 ROCHA SCHEMATIC 500301 2.. E CDNTRCLS ..44.444414,44.4443.4 4140.14,4444 14 r..:. com Az .ET a�= 1020 -< — s ,D - } 1000 Ettallagni ,L ,m,. 1021 r� r 1001 — i MT2.+0 uursuo FT 2020 W'1 , �,_ (soxl <00 ..—�� a +m".mom1 1022 mm 1_A i.s 914 1002 M I coo" . (s1 IcA: I I wear m I NM o o xm w 1003 (sal) ).... =1 1023 repo T 'e=I WC f PPM°VP 1004 ..am, a. M1� L 1024 '$_1 �.,° �.Iwi 490 .1, I005 x,r mus --T1 r C 1025 It m f .___ A i 049901101 1006 _ I r 91..409,PS m r (026 1- 9xn0 1007 MD o — 1008 'm.—'--1�{ 1028 1009 111+ 'T 1029 10(0~� 1030 14 C 1031 1011 10(2 ~ 1032 Kg C 1033 1013 1014 1={ 1034 1~. C 1035 1015 As "-- 1016 —C 1036 eLs 1037 1017 1 1018 1038 1019 1039 Dw. DATE OESCwriax n maim DA' cuwT WATER AND WASTEWATER nom x0197, I .20/09 As-SIO n us SYSTEM IMPROVEMENTS �aeD� �tal / ■ ill,; MIAMI BEACH,FL E ,v,vm .s-ssnum w auxx we r wia r.. Municipal&Industrial Control Systems mix. u s+sr s'm "EC,w ROCHA smR.Anc aODSDS -war s (ORiROLS w9rr,xrxrxri�..wax mom,40944'4. �— — —_ P3 V a-ii Ns 1100 1120 — 3„K - oe iim .-0�m 1121 1101 m r 1 "s 1122 1102 1103 to © 1123 11 0 e 1124•1104 e 1105 1125 1106 m 1..1.1.1" 1126 emneer imN,csrom ® 1127 1107 Q 1 1108 1128 1 1109 1129 1 1110 1130 1 1111 1131 1 1112 1132 1 1113 1133 1 1114 1134 1 1115 1135 1 1116 1136 • 1117 1137 1 1118 1138 1139 1119 I _ _. ____._ sev. o"tt osscwnoN x • WpQ WATER AND WASTEWATER No., 1 4/x0/03.-suu Ca maim SYSTEM IMPROVEMENTS -�� MIAMI BEACH,iL ' ' 3 iLsvm +s-ixnw� e^ o+.+�' Municipal 8lndustnal Control Systems mu s a ux xs[x DM M. clomp ROC HA eGNFWM aoesO' --car-„ 3 CONTROLS mss*aw.wuw'.r.rrwuse menu msu"mn. -- alaa i riNT sws]lea fu:71'•37'.1.' WIUK:Xi SfMESS SIE6 TINE IOU Q LL >NLE 00 1 MEM ])O ANON NLS° NUM= N WANE miss • EDLINSONLAEM yauELS OaTUa mTI•L K•Ymi N CANE)Y SS 2216.111a26MS ti• •, aaraEGOaea 2S0 1 rl a)A n MN Piro )n.m il!' UM i Ru ss I II aim I JI • 11N1 LEFT SIDE VIEW FRONT VIEW NOTES. L NAMEPLATE WIS2 v 6 K'VVPS 23' C.E. WATER AND WASTEWATER 0.e0.°"„ii AM DATE xuimnan IV o m wrz 1r SYSTEM IMPROVEMENTS NOTTS. 1 4/20/06 -- T CD MIAMI BEACH,TL " "' )0-00°' I 'a/'a�m �' MO °m Municipal&Industrial all„]ntrol Systems Trtu y eln ST EEn 7 rnmwx saowT -37-EOONTRELS m mavmn M.N.N. 3730 VMS 'M S J • �0.]i . AV[R SVRI[i MONITOR CIITINIT ■ r-Y [�m 11.1 ill, ■ R]WEV.Y I _111 ; o . ®m I k_ I, �i I_ ; Rndr6mt¢T ,---�,---a REY�.NR 9CUN d nE xE°M D aI UPRIOTT pour P Ili 11 SIP IPRfRRIx, fin 0.3i WO I I 6300 w ( 11 M,. _ -0 --I -- SIOE VIEW sum.Or RalER SVING OUT PANEL VIEW FRONT VIEW ENCLOSURE .@QTOR TOP VIE/ 7 3%i VVINd I—wR--i I 1 xu�Pa narcissi UPS R,ER 1 _ 1 tb EYlOMO =� L• MONITOI FREWI �. ��--�•- I—.lad--i TOP V:EV • • ®m 1 Rw 1371 010014101 nP n c°R WATER AND WASTEWATER 7 NOTES: 00/35 4-auler mI • SYSTEM IMPROVEMENTS 301 o ' 11/41/07 ..m wax MIAMI BEACH.Ft ' �-0001; Municipal&Industrial Control Systems MU a liar iTRin ma .3 own ma 33,3 ROCHA TNOLOV+RI.MO a..CUPWRL 500]0] vim I (010.5 .nu.....M.u...x.x.+.Io.044041$N.M. I. I 7 g 0 112 j 2x3 WO AC WIRING ONLY 0 E` —. i CIRCUIT <2 o REAKER LEVITON SURGE SUPPRESSOR _ AC TERMINALS y — p z FUSE N) ! a AC WRING ONLY 2x3 NO r 3x3 WD i �� o < z I LEVITON SURGE 11 AC TERMINALS 1 SUPPRESSOR — (/� p3 G v L g AC WIRING ONLY 2x3 WO CL W „ ■ Y W �rTI n ece X-- J ( AC TERMINALS 1 u i O 0 a _ LLLJJI"' S O 51 w ¢ —a AC WIRING ONLY 2x3 WO La -- o 11�/It I ° o FIELD DEVICE AN 9G.TERMS 1r- W < O 3 FI II II Q Y ooh 3: K + 1 X id N FI ill OC u � C FUSES AND TERMINALS SURGE ARRESTOR 0 2x3 WO DC CIRCUITS 0 Y O F 4 i i NCTE o UL 508 PANEL o.n as V. UTE OCRORRTOM BY ouRRm . N[Mr WATER WASTEWATER MOm; 1 M/as/Ra•a-WILT MR�� SYSTE414 PROVEMENTS 3__1 s IvIRm nHManlsm RR MIAMI BEACH,FL r I Mun�idpal i�MdstralControl Systems mss. u slsr mrsr .Owl aRa® ROC, aacvaan WOW °00s01 -- a CONTROLS w MANN""`sr"' 37,0 17,5 17.5 - r 0.5 3.0 \ `\\\\\\\\\`\\.\\ a/p:Q►XI, O \ hI 7.0 PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY 24.0 `\\`\`\\\\`\`\\\�`\•• 13,0 NAT USEABLE \\\\\\\ ` I \\`\ \ \\\\\\ \ • 2.0 \\1 OPEN AREA 10 CLOSED AREA anm RE, 0•n aszcwmow n WS ,• 0.wr WATER AND WASTEWATER POW Re NOTES: i ario/os As-Io.T eee DRAW SYSTEM IMPROVEMENTS l u zrn u-NsoMA km ; MIAMI BEACH,Ft. e0v.r rrd a i I Municipal B Industrial Control Systems 'mrs nsss a.nay 0,WriL0 ROCHA CONDORS nn LWOW 300307 as CONTROLS m0As.nwtimti ' i r Ratio An__ — 1�1 8¢ P g.- a Yo ko _m p .. A Neatel R CNa Nolen r I ti°A �RX g n e svNg �°I Mon acum,+Us _ _ Ne.<el RoCb Hader 1 o in W O 1.11-- == SCE roar 2 UPC 371 NUM.COMMIES.A.wK --c..— JJ �� �.SOADLEY cliennor =r ooLo.E« DEVICES.COtMMGIm2 TO VMS No•-D SON MOLLC OM A-D,°DYPI-a„a GILL 1 MMa..., 04a.a., i�o.M. , i NM,, ,= i i E 1 \.\.__—.•/ J - OuO,r WATER AND WASTEWATER ow SYSTEM IMPROVEMENTS MOM _ �m Mm MIAMI BEACH,FL Or -oom Municipal&Industrial Control Systems VI rxns a,sar.Sr.a,m„NS AW aonWT _fir a own Wu Tn.. aro �,® ROCHA r N.. NAOMI Kocs CONTROLS ,MSr°w.°D,C.^ N.N.uILN.worm.. nK 220 N ra eN r,rv.rc w, 200 .._'--110 ''-- w - c P/11 snoo- 04 ssax.mw o,x7xn onto aTs p 221 MEM 201 m w UM 7012■1 202 x i 0 im ea„a o-'xr 222 re _eemeimeSessat 2_'3 203 •20.071 ann 204 l'e7b'i uww sm_rs uMw 110702 110702 wM I M PO. a 113- 225 MTOI UN 0112. 205 i�am Om.xzs I xxseraxaa CEO wm WRIT MU ca xos Ww1 M I 206 8 "� - 226 MO WS auPn 227 207 0101as 206 (see) Inane, 228 • .. "x 229 209 ma M` 230 210 81011,0•0 211 °' �Q7 aa m w.n x 231 umx" .Nm= rvx MA -m-�© • oa"is aea i 232 x1 1 0` w.Za.a7 ,,v 212 smx � 213 Rqp© �'rr t-aa.x 233 x01 rtc w ias.asi xs, >w O 214 gr.nu o� 234 IL. OMIT xw 215 Co 235 :nr. eee ecaieffi u 17111-A7 17111-A7 PIN 236 xIM. �" mMI0© rxs`inr 216 Ernt m. mg rem as, 217 PLC217 n. 237 .i 14 MAINZxy WOO m/sa� xxa, O 238 xt� 218 vc* ) cnmx' n. m, MI 239 219 OATS osscxvnox CO smaea ,1," • xvort WATER AND IMPROVEMENTS WASTEWATER "ores .0/4/aa,As-ew* SYSTEM IMPROVEMENTS �BY,�"4ss 9''lx � x 'M' nWm ovw I MIAMI BEACH�FL x Municpal&Industrial Cannel Systems nnL ""� n+a Ys wxxx T alml n.•aaWxz K ao0aa7 —91Qf— �� I fn"".neue.a*.�..wr�x"n xmlpYM Ra�xts a .n,e.,,uxum,.. PI .a was .p®l 11.1 EVE M.t12 1110.111 rues.m ELM MEE MI 320 300 .. MA m m 671 xa,inn.n AT 301 v. ow i ❑\ 1 321 sp MC.tax„o, �. ap sax 0 aEa°1�'t3u-,ate-.w Sot m os I 322 ..�,,,t rNm Qg Me lg >:a �'mWOR 6M,MAME po---- sno amA Em 0 Ss It W... 303 r 1-- C]w °a°'-0-- ,aaa ns sf.. ,SINS-11.323 w,i-uxa uaiaw t28 ia�Seeo�S'''- me 11311 TM e� uuna_ m 324 0411 m m+1`c'a eiro-r� 304 i _�� ❑a a�---�-�+- waw cK.ua waa wna.w6 ME .�s 305 1 j'''' Oa v[-- -d-• m u-octa..'o-°x 325 VISHAR,At.maws 306 z5.,—� ❑a a sa- ,,j m oa 6xfta-on x ao-mc 326 m mm-6sa 307 Ina aD 127 308 O. 110 328 3 309 329 310 330 MEI a,..2770 a_as,m _C_27,. ISIIII01 EiReggai9 I 311 331 I 332 LIEa„a 1111/M.A. ° mm o2 si»wnw 312 333 313 �ef 334 0- W-0 0-w w-0 o,aecn J74 no,+a mm 3 315 335 316 336 .........,,...asE u,, -0.SMr 337 1L: A _nSis wau6n , 'r , 317 H v swxaa 338 COMM COM 318 T.1§',_, _ naa WM waa'ap MOO f�a,-,a 319 339 I REV. OAIE a[sO7nom n maw a6 . 6 WATER AND WASTEWATER mxo ./a/oe As-eunr cca SYSTEM IMPROVEMENTS , „o oa�'aai_oo E �+,u, rsaru,m r OEM MIAMI BEACH, FL ma sa su,a ay. Municipal 1 Industrial Control Systems ,aaaa a sarx n,•opus EYE waSea 6® I ROCHA s.w...w E10 a ' MIMS 1 4 400 420 lrna _ 1slylm_ .a �� a°aa ssm-n�mv 421 401 Oa ie 402 MD WC a.siaAW A 422 NM a.. q L ' '423 403 WHIN 404 m >.b os`ml m°n—nm♦si 424 Q▪C 507-me 4 405 425 4 406 26 4 407 427 4 408 428 409 o-eA t. •"s °i�a o rziPm.`',IN 429 THIS SIDE INTENTIONALLY LEFT BLANK ra i vur-°cvx TO APsmi� 410 o-s um .w r-4...-_., Il e-a. 430 Pa a OPrt-ecv° TO vraMN 4 411 431 4 412 432 4 413 433 4 414 34 4 415 35 4 416 36 4 417 37 i 418 438 439 419 cl++�r WATER AND WASTEWATER `°" °S Dot mammon °gym eu[ SYSTEM IMPROVEMENTS +cres: s ./a°N°"s' ./2 CBI • MIAMI BEACH,FL -oom "�1}JO' municipal L Industrial Control Systems mu '1.3. I a° a... ` P Y x.ars n ssn sr.a COMM rnuxs Ova swam ° I a� ROCHA �`"c Wants NO S.*.1.....1.D.mOM&=M. -- — — —— tee. m,>�a., CCM 44 .. ua m WMmym mwr,nwr 520 O.500 n MIMSItm4/a MIT(4,-m.., sffi 521 41 501 522 0 502 mml -' :■� N a 4-10 !Mt^man 503 4wN " 0 urs717 523 524 • 504 525 N'1� IbilL 505 ro-rI y. 526 AWE 506 °�� 0 "o m xm ra o mTZm ecn �i N''�� m ssm 527 507 °'°' 528 508 529 Nil" sees 509 mCC 4-20. 530 "0. p 4. em w 510 MCC".4 s.e: PSG P43m7 511 oaT O 531 532 512 513 533 Willi ses 534 514 NII . WAIL 515 0 535 536 = 516 537 517 538 518 539 519 muc am T WATER AND WASTEWATER dart REV. oats mammon-041.7 ar mmxm art ,• SYSTEM IMPROVEMENTS MOTES: ; 12/^/47 as-em�r as MIAMI BEACH,FL m�n 1//iw as-xem.0 m... ` wn m. Municipal L Industrial Control MIAMI ims 5 n uTa Sr.A cmem AVE 0.1.01 I ROCHA CONTROLS w swnr/w,mm,um,,14n210w }tl4QC 5507 —.1,— 6 600 620 6 601 621 8 602 22 603 623 - 6 604 624 6 605 625 6 606 626 6 607 627 6 608 628 609 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 630 6 611 631 6 612 632 6 613 633 6 614 634 6 615 635 6 616 636 6 617 637 6 618 638 639 619 au� REV. oars ucsuwnoN BY swum un • O°^ WATER AND WASTEWATER «arcs 1 4/20/03 41.3-2321E2 CFI SYSTEM IMPROVEMENTS -aaoi 2 w12.7e7 a-wn.um r m.. ` MIAMI fiEACX�F Municipal b Industrial Control Systems rms s 27 3arH sr.•wwxs as0 s ems® ROCHA 3e7102.411C 300307 ym 2 • CONTROLS wzrrrr.r.wrurae4wr.nrur n. 700 K' V7m P2 ' Zt11:11:r120/720 EC CM 720 UP a nu RIX ..IS Nwn .::.�:.�.,n,a 721 701 1�i �,Ty ysATMOW 70tA .22 7zz 702 + n_s_n7' 6,----� MIL 723 703 7.0 piD1 7R'A ur•..n777:c.Nnmn 724 704 705 7. i m '.,, o "" 725 on 706 ...c.. 7E n 726 7. as++E 707+ l.9.-A-2772 '.:. 727 a'. 707 �°' NIA " SW m 728 708 Lwl:nmw Jm 709 ^!- ^_°-�'-0 an 17n 729 TH:S SIDE INTENTIONALLY LEFT BLANK 710 TMA +A - °ax 730 711 7m+-9 O.---«� a.A�7nm� 731 701A RESS7m w7._+•w'•• 732 712 __ ". 0� cs.'n0 n3u-1 nu ""` "` 733 713 _ .°u_xnu a.27F� w7asm 734 714 715 4.- . WAIL 735 yolA nom,_-3 I�� a' 736 716 7 717 737 7 718 38 7 719 739 REV. OAr xxw7mN n =mm WI CUD' WATER AND WASTEWATER aLlar 1 'ryoNe Assiar cut . SYSTEM IMPROVENENTS Wrli ."trl)-0201 MIAMI BEACH,FL i :L7SNf +T-Ym/I�T YO cum aMR my Municipal&Industrial Control Systems MU.w n,•7N•7,•�awxs•K Eomo7 y?I R aaam ROCHA 7 a."7.N m..s,A wuwRlc calmas NN.Aw.M....... mr.+,n�A — w -- `— "a 820 8C0 E u-me RuX m AS (9 goo-s.o we 821 801 deuO 2000ESs Le no 802 Ore e o- la ME : -0 vie a 822 803 we a oY WI mat°-'-o Ore a IPT M•>u»r RrmmKS 823 804 srME :" I—, ' ^?+ SPARE YlBL 824 805 SPORE . a Lae SPME QABL 825 806 Vow s SOME vO. 826 807 sOMC mR ''',.1E7 °∎ SPMC PAM 827 808 row • l ERE a• RR. 828 809 5'"'E "" x BARE SURE 829 THIS SIDE INTENTIONALLY LEFT BLANK 8 810 830 8 811 831 8 812 832 8 813 833 8 814 834 8 815 835 8 816 35 8 817 837 8 818 838 8 819 839 REV. CATC ocscmrRON ON ooaere out ,, cue5T WATER AND WASTEWATER eugT Mt No. PIOTIOR = s�mNe is-aa-r SYSTEM IMPROVEMENTS „.r7 I euexAS °'°T�e ° I , Munici al B Industrial Control Systems Trttc MIAMI BEACH,FL T ROCHA P •rOS n ssTx sr.a oeums 4NR aRCm CONTROLS w.s d MNN.ITLoa M.v e MOSUL ... 1EWK eW3R7 — x a rte. a> 20 9 a 900 n71160 POMO m 00^'X30 921 901 -(-1-.9- .J°-±-1 w NOOK INCRINAJMN212 m4-2 ma' i ec a u 902 _ V j'-''' .A"Z oeaNaa;MM. 922 b 903 10J"_; 923 �YYC� 924 a Mar JOSLYN ISO-OS 904 can$NO-to-u 925 905 �'� 906 um I PM, 926 907 am _ 927 9 908 928 9 909 929 9 910 930 9 911 931 9 912 932 9 913 933 9 914 934 9 915 935 9 916 936 9 917 937 9 918 938 9 919 939 xsv. wrz xscwmOx er Oom�M MT °1°tr WATER AND WASTEWATER am. NOrez. , _C�s ss_piar ua SYSTEM IMPROVEMENTS 3 MIAMI REACH.FL nw nv NA r tvtsrn x�m SUM , Municipal 8 Industrial Central Systems nny n anx sr.a awxz srs 0� a.cm ROCHA sanumc mom. -war 2 calRats Ws s..NINNY114414.414N.INN MINIM M VIS by v- --- P.a. P.M 1w m t.SCUM m'Hi P4.24 1020 [ ----gym w.c---' }CON K2 1000 09 i u•s* i l �- LM nom ,m,A 1021 '�1C pp1p.UN- lox 1001 ' i s t©© uurin'n.. nim+INa TAG C-3 uT1no eaoi .aim T.e m.. 1022 'n ua-A-T X--n ¢2u.wo ROW WIN 1002 1°0'I ( m I onf° - AI avr maws I I au`Nmin I vow. m m CPU MAO. 1023 "� y , 1003 , . I sre ua I J saan= ^10`. rz 1024 ' - I _1 !�Rp ___ __., m_ 1004 ..vi' s on W u pp es 1005 I-r v'i--- 1025 Ea= nn0 p 30 0240 4 .1—I 1 1006 0 L-`1 NM w+m ■WS u r 1026 I �1O 1027 ma gg-Y 007 as 1028 1008 © 1029 1009 It MI le 1- 1030 1010 11 C 1031 1011 .-e- •_-.a 1032 1012 N C 1033 1013 M--.21. 1034 1014 it C 1035 1015 �1— 1036 1016 ma r 1037 I 1017 1 1038 I 1018 1 1039 i 1019 urz ...NT WATER AND WASTEWATER � art) OM AS-111.111S eT BMW. ' SYSTEM IMPROVEMENTS 1ii8."� �09_000T I res . c'css.awenum PM MIAMI BEACH.FL I la. "/"'°' °W" IL Municipal 1 Industrial Control Systems 1Rls w•R it 4115 sT.a;sc. p[ I ..... ROCHA 60p°" ., CONTROLS Forkm d4OT1.W4nm mwwrw.u+n I. 1 — .— u•n-m es 1100 1120 -.— 1101 °m w: 'a`oy�m 112 ■ re 1122 1102 • n N © � 1123 1103 1123 o ems. 24 1104 FEW' 1105 125 1 1106 126 m ® uaarar.a w+ucvow 1127 1107 m 1 1108 1128 1109 1129 1 1110 1130 1 1117 1131 1 1112 1132 1 1113 1133 1 1174 1134 1 1115 1135 1 1116 136 1177 1137 1 1118 1138 1139 19 CM m. UK 1-IO.11CN er ogees su< • CL... WATER AND WASTEWATER ea.cs 1 ./m/oo lAa-wnr CEO SYSTEM WEACH, EN75 ,aad ry�mi MIAMI BEACH,Fl. ow r Mr. I "�'oj°' '6"16t� 1O ° ` Municipal A Industrial Control Systems •rmc ears V STE n.4 wuus Arc ROCHA K...WIC mear —i,- ' sur�a 'you.s.e.1w.IO.W,e. - 31.55 MM..:at STAMM SRI. TNC MN X.U 9.aL WM ACCESS am Rae MIXED _ a.m.asn lit<a VITAL K.6aHSa wn NOVIAN n-$]In SSE M.S .mM MX .o..w:rs Ta1.n SAA.AOML liNAVPIX Me Le P.a n ISM n iiI i me cooma 1 aar...o. svar OUT li LI1 I it 1I I III '2." MOO I I • LEFT SIX VIEW mew VIEW ■ I HATES ve+ L NAMEPLATE I-1/2.6 ti NV/PS 27• CUM. WATER AND WASTEWATER REV. RATE AE4CAIPnA. BY e©m OAR ` NOTES: 0 a/mNs 6s-mr. rsa Duce ,� SYSTEM IMPROVEMENTS I.�las y l 1 x/vM � ` MIAMI BEACH,FL Munic ow.XL .a. pal 8 Industrial Control Systems imt SEWS v WI St.a L0.LSIS AK Mena ROCHA ENCLOSURE SaamT -a.usT a F CANTMMLS .•aw...�..w+*.n...a..eo.ea.m...n.... 3700 2.0 CUTOUT TRGN s I il ■ wuER aPn.rts ài}- -go- �` I VR WT SNOVN M TK �I a� , RC MIX I R�.oMI .�■as _ 11 xT• i �� --k III MO ill 44.34 - 11111 3131 � i. III aaR. I I el et it 1 DPS - SIDE VIEW MOTTO Or WAD SWING OUT PANEL VIEW FRONT VIEW ENCI.GSIIiE MONITOR TIP VIEW .1 axa WICWA I I--Iaa I W I .. I Ia.l !KEYBOARD I NONITdt FRONT 1.--Ma--{T TIP VIEW MI I • w •mamma me co J . I• cunlr WATER AND WASTEWATER rlo�i KV. DATE AN/ " " n mom °� SYSTEM IMPROVEMENTS NE NOTE, /14,5, 413556119 MIAMI BEACH,FL Arb-o 'YI'� ' I. Munici al&Industrial Control Systems IME g1 AA. An. p Y es n amt a[.a EI. AK oo® ROCHA c"uumlRE""°aAUnAxa 30Da01 '� a CONTRLS .1.415....1Nr T....IN MOUSY b a.IR I. • e 0 8,c 2x3 WD AC WIRING ONLY o R N1 L CIRCUIT w ll —0 z .REAKER LENTON SURGE a re, Y N AC TERMINALS —`. g SUPPRESSOR rc - z Oil E N i ) .., AC WRING ONLY 2x3 WO 3x3 WD • <5 z I LEVIIDN SURGE III AC TERMINALS SUPPRESSOR 9J ( /1 c g < V- P A AC WRING ONLY 2x3 WD I ii 0 01 ,�W', g AC TERMINALS i 0 ^1 � W Jg r AC WRING ONLY 2x3 WD I a I'i ill' * W ° v FIELD DEVICE AflG.ThRAS r` C H N N 001 l ❑ N x FUSES AND TERMINALS SURGE ARRESTO ""-`� 0 2x3 WO DC CIRCUITS lV 0 E2 4 NOTE■UL 508 PANEL war xsv. an 0000mioN n emxa 000 ,' °°^ WATER AND WASTEWATER r..c Ne ��oe�T m SYSTEM IMPROVEMENTS Sx r s VIVO, .s-irsrwxe w MINI ` MIAMI BEACH,FL as o. Municipal i Industrial Control Systems Tao s.„,,,n sum or.a Cana Are T axe ROCHA aamac NC e.c10U00. soosor -yam x CONTROLS moo,lrxu0.aro...0.na MAMMA.00..005 r0 • • 37.0 17.5 17.5 - 0.5 Nil 3.0 r:\ \ \ -\\Nros;NootAA`b •7.0 A PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY `\ \\ \\ \\ \ \ \\ \NP 24.0 /I/ % `\\\ `\\.\\��\`\\\�`\ 1 1 \ \\\`\`\\\ `\ \• •13.0 NOT USEABLE \\\ \`\ \`\ \\\`�' /!Niti\h,.\\•\\\ \ \\\•\ \ ` ` ` \ -1 _ - I 2.0 OPEN AREA /1/2 CLOSED AREA -- --- --- '- NEV. oar oewurnoN BY ammo oat • W WATER AND WASTEWATER °�„'°," SYSTEM IMPROVEMENTS Hors. Nio/as as-ern* as t�i_Y-ow MIAMI BEACH. L aoaa I ` Munidpal t Industrial Control Systems Tot 2.,22„,sc soar ROCHA COMM WRY UMW. moose, _ , ammo COMM CONTROLS S *S*.L r.�aw.N.nN N4asw nu.uri. I # °6Mp$J � ykx° p Sy�y43gI Radio nnten a___ J 1 i 4tT iF j Yi 3 Ri H_i 1 ^ 5 5 iii ` C [o d �A L 'GG�. sc mower III Next°t Raab Haden � 1 / _ r _ 3C�a _ F� I 0 ❑ O ❑ 3Ci6)aM-US 1r m gar J — ETHERNET C Q omaMm. MIMI 1 .a) Tt¢-uKa odusnm=ram rtwm,K WAN TRAMP < ETHERNET ETNERrET tic dam4 tact To PM• i v M Nu r.- .. L' i - - - ____ - ¢wMT OTITIMICATIONS TO NY vu .331 K ka PN,•L.,.°.°CA.a .........41 au ran aa• ...oar=Ai aaa ma=2$ avaa•axe u2L•gi ........4.1 I I I I� I �, I ., I I Iwo 1° P 1- i�° r°° lIDTDR CONTROL I '___ L__ I__— --_ __'—— -�J L TaRCTSNNML J J J `` % ` ON PAGES 3,4,HB:SHOWN ISH • PAGES 7&& ATT WATER AND WASTEWATER REV. 20/ ocsaS.T IT oasdm ^`>< • SYSTEM IMPROVEMENTS TM 10 ,gray a/m/aa AT■PnCT �s MIAMI BEACH,FL 'E M ib-oca' ' "/"cOf '� own ` Municipal&Industrial Control Systems ma, y 0Y6 ao. NtlY "` MIMEO ROCHA Maas o CABS so°'°T s CRNTRTES werw►+T.nnaamaa os..°.r.se a. • 200 ___,n 3.e____ ohm- ,a 220 fm6 a 174740714 moue N.- . Vim„ ena on N. OPIIEUMOVI so,cam 221 201 © Lal 70a-2 canntAnammuns 202 MI 0 ,m as im3 222 ra is a as 919L9: ""'"°'°"'°' 223 203 - a maai 204 rim'. ram nu= 224 La.7•21-12 fla� lb la/Ma.CO. t vrs Mal a aura"as ainl[T 225 205 am 206 aZa furs a - a�1°a ma um 226 rinn" r wwcara 227 207 2 208 228 "" 229 209 w _ 721.0°1011117 • 230 210 ' I!MO am anm,0303 231 211 °i 'Fl„Io• '°' .am.... �' uw na 232 r� ra. A4p© InntA'�iav ra`mn0 212 a'"'arrt woii a, a 213 IDNIO ef�Ra9mT 233 aa. Xi t4' I . oil mo-ox T. 234 :No 0 214 Irmo r mrnair m. la. a°"" 235 oa 215 0 wm 216 D 236 1111 — �a0© e.�R9et�-xt'�..a9�i�anr 217 tuan a�2a.-aa2 237 Cam=n'Mc 0 - • on sea 1747-051 238 0 216 -2 r > caaaa* .x mi Cnn. 239 t" 219 mmrt WATER AND WASTEWATER CU 2n R� 00/ 000117100 eY a°°a R.,a ,� SYSTEM IMPROVEMENTS NOM: . /ae.S-euaT MO MIAMI BEACH,ft Or s 9t 2 11/22/07 WPW10 a ° ` Municipal 8lndusfrial Control Systems mia wry u is MIL ■ ROCHA aww'm° seam -gar a °.un ..3.232 3L244r■2o,a.a22 CONTROLS n.2y3r333rr.r — .. 1.3 313 x.33- x•303 320 IMF 4.4••R••0x70• 4. 300 <131."-° Elam 1 w a,.na un m. g m�161710.4V6 301 T "' l.1 "i -0 w 0�- m 1.703-s..x 321 yia xs sine ■-I m ", 302, Pr ml(-,. m 1I 322 "--iisa_sl u il: 1.1.70 yJB. ��m+ • 13 1■11 Br(TOE a 303 '0i''-I--0x ___ —J I �'�i enrv,slssee 323 w 1 um va. u4 w x 1_Z.uaa. 1 '..yam ...asvo-2sa as 10-270 q��• ware 1 ' ,, 324 -may. V__'_.a' ro-im. 304 T V�'� w-'--0 a rah---mow—� I .v.,lx..e wa2.0 woos mAra� x. moo n anmwa 11�� I i .xmmHiva u2 � .. 305 i V J'x IL. -0u uo-----W2--• : sl H.�g"yl�V.• ,sls-xz 325 u.1JS� i1um1:e • mo¢au mz:aa. 1 I .f 1lEUrr.Vnlmt4sT TmF OOE .rno-na 306 ©W ay. 1sA I--0° no----b°-'�°A—J an�,v.•.axe 326 w 3 LAM w �__n aloe w.x .esml+xas w EUN y 1...x'A I 021 sx0 me -x210��- b0, -.�--+ . 43- 307 NNJJ I 327 --3•- -z3_ z x2170 n-32121 21.0.x70 011Y�1qy�i�p 1 Va e.x.x203-q]x gp J• 308 U i" I 02 s 0 I °i OPUT .C."S3.-xe 328 --°35J47) b�►--------i •309 0- RS}2]x 21J21xa EI_421ee L. 33_33 . J 330 310 - ...�702 1..r x.103(. s 701 331 3- �---1 i1---��— OM 10-130, ,1°.e_T-01 0� xsns70 aiszl C1�eF D.e1Jero 23-1-2.3 _WO e 311 1, ,x70 es �° usea .�.1r...e. 332 312 oc w.(-) 00j_I_ so `\` ; I suuv vlwa'. yy� ra 1 313 • r Vl 1.-I--0o "CY___ --a I uarl .au su-aec 333 _.....�. _ Mu + x. u0, xM X33, s;._ 1 me 334 0__6_,,__.6,--0 w-I I 6-0 n°-'.1.101 u0, x 1.s.MI Mr L 314 • 1 '� -0n 2o- i 0,'a -ea....a o 1.o 2 Da. 1 os 03 0.1.1.121 315 _ ---0. s.0----=---- 333 $,_I_-000 mo-----°�--J I X336 WV....1o.13w,m •31s 1:>---317 I 0a " I 337 —Ell a1.. 0.an° e2 — m.msl i BlIEIKT NUB wsE s COW 318 i ❑2 4 i 336 �_ w2xxla �� e2U FIV o- 339 319 -. JI; �� EEV. PATE COMMON BY 0210.70 put •, o WATER AND WASTEWATER r �iES: • •/x•/2s 3l op SYSTEM IMPROVEMENTS ...7003 al a/12/a 21.11. MIAMI BEACH,FL NIL Municipal&Industrial Control Systems Tmi, s m 0 ROCHAm0 500301 a";`1. p16'"0 11...n.1o.1.2...o.11.A10 CONTROLS• -- w '. 3z n —__ 400 420 a MA uusn 100 WOMB 0080 gall MN an 3Y 401 1�1 — qa-- �ma �o-�mr 421 ill wx G 402 m au L.zno-1m 422 ma itt M+BB3 m«MAY MAY 403 m m-n°v 423 ac MC 3103MC WS a 11 .•,mg u�ui u+w-iar 424 W< Yia- c ...m do 425 405 DD EC si»ac�o-1m,• 4 406 426 a 407 427 • 4 408 28 409 0- 4 ii per..a.v,malt 429 TFIS SIDE INTENTIONALLY LEFT BLANK '2°--0 Mr,me\MIT-133M1 410 0- • Ti.A-0 pKVII Now i n Dm 430 amscr M a swr-0000 5151 r; 'Z'-0 =TM mw L n am 431 411 MOST w a MIT-Mal 412 0- 'at 1.-0 __-_ 432 Mc■33513-313w 413 0-2-41."'.1.1'. •'F--0 rmv ru m m sOe inn Numl 433 ..e a our-own 4144 13104 n..- , .m-:'°-0 434 414 M.z muT-w,. 4 415 435 • 4 416 436 L 417 437 4 418 438 4 419 439 laa N[MT WATER AND WASTEWATER D zay. Bart DESCRIPTION O ocoo SYSTEM IMPROVEMENTS �3y NORM 1 40//04 AS-BOLT CfB I. .0. ma]03-�� v m +M� M^ MIAMI BEACH.FL ca n PPM a. ROC` Municpal&Industrial Control Systems Tmt ewrs m 51.....3�.m..r�.w.�mn :°"B.n` SCOW 'i a CooTROLS 510 WOMB mxum�° •. 520 •x. maac SD 500 —_—. x as C MIw 00 WAD Omar m SS ms wua(q.-a... 501 521 [I TME 502 l'00u - 522 0 rx.- 503 nom –. !'o V414: Mm 523 504 524 505 525 ma-• n� ThrZ 506 _ 'yo. ".O am w 526 mo •a m as m • 507 are !I aI��� . 527 508 528 309.431 1300,4-.4.1. SOSS 509 529 wan Iii .® 510 wA 530 .I�aI1112 0 io n o on wrn "ryas orris a 30 ISO nm 511 lK1 0W !'0 nT�.xaO 531 512 532 533 i ses 513 534 ��p 010 1. HMI comumminair._DOM 514om�wrr+m NDS o9 515 (mat SIM !'e nrJ3xm 535 • 516 536 CM 517 ET,, 537 518 538 519 539 10 uex 520 0cv. O.TC I oxtt05000 0r KWIC mn ..."T WATER AND WASTEWATER °u°1r..., _ ,NOTES. I ./x0/00120-euu 100 � SYSTEM IMPROVEMENTS , Imv v�r i a v"'I�r� o 2005, ; MIAMI BEACH.FL Municpel I Industrial Control Systems nnx Ayes y O.MO. x ua K i u� I ROCHA :. ...m.. a.. satl.n0 100501 a I � CJN1R]LS ., .. . v.,,m0ng......a.,. --_._-- —800 - -- - — "12r 6 601 621 6 602 622 603 623 604 624 8 605 625 606 626 • 607 627 8 608 628 INTENTIONALLY BLANK SHEET 629 INTENTIONALLY BLANK SHEET 609 6 610 630 611 631 612 632 6 613 633 8 614 634 6 615 635 6 616 636 6 617 637 618 638 639 619 WENT �, wrE gll.T q, �® au[ Vert WATER AND WASTEWATER by 1 4/20/06 u_ T We • SYSTEM IMPROVEMENTS NOT S 1 1/13/07 u-0«1x-0, w OWN MIAMI BEACH,FL mS ROCHA aaam Muwicipa&�ndstra'Mnntral Systems lmc wwrs ie 3.1113.111.010 lc WM NM CgITROLS n. 111.1}12}$14 11101.011. P4 m. �u+nr rein+ca.: 720 •a4 rn con 09.221..... ± 700 "' wao- w>s ro°,aorm.K Oa sa„:i 800 OLLIBILICILUE -on - u e2� 17'47.:1 (q IE....7.z avurs(O 10100430 VAS 821 Oauat 801 �"^ MUM c m.a 802 Wa,o- nu ® ® -0 vr! 822 '411pA 0-'1- '• eu 803 Vr!z o- ® LW -0"�"z _ -- 823 saz L-°!.!" a t9V -0Qo c L. 804 WV]o-a7.! ® . -0 —, ,.... 824 seaE °.° ma[ SPARE leE"� � Eg1 805 Vra•o-!''A ® mai !"-0 v"!! isr:OS =" 825 ssamc la ^, f1 els seas WALE vs!a = 826 sons Ul CRICI • seas $^BL 807 VIM!0_'TA la n-0 Vz!! =IT.R7.a Iwo,la! 827 Vas a ."]ic1 seas Lull, rs!! IOW in! 20113 1032 808 I I I ,,n 828 !S t!! ® SPARE seem • 1Y11 m1° sx, 829 seas ' a . EMI '"' sea[ sec 809 "m 8 810 830 8 911 831 3 812 352 8 813 833 8 814 834 8 815 835 8 816 836 8 817 837 818 838 , 839 819 "T WATER AND WASTEWATER j"w- was **Minx* sr °®1°' ioln SYSTEM IMPROVEMENTS llel CUOR xolss: 1 V o," oo-awso r MIAMI BEACH•FL ! :L:lm "'°`Wm I ` Nu icip &Industrial Contral Systems nun y M.07 I7.' ` IL aeawAnc !!eali _ z I I commis ^" WPM%1>Y4mM1 —— -- —..— ----- — cue . wn 920 900 3111_4034 row.wo• 901 ^ �-f-1 nm "°-,+.-31 0.4.13.4-20 921 WOK 444 4 r01wxsn3 I I Ii44 Mn.T a4., !e5+'_1 X03[ 922 902 1 903 -.-=i-- 923 924 904 ___ ffim Iw03 .09.11111110-71-23 ,w.M 310-31-u 925 905 n ' 906 aw u 926 —1111 fs '. 907 O4U).. ¶4 927 908 nu�n03 mem.mi9lm"`emw9'rrtfl 928 CA- 0-134 TI,I20 909 ___,..2.6_°"-H-_ "l'-m.�' Iaime iw4-rn�Mnx4n 929 1 i 4m «.a IIF azar 4�4¢weaz 930 910 v e a_v,444I 1 034 F A"rl b 911 elk_+ 931 9 912 932 40-3 n%e1344-03 933 MGM 913 ' AWN 310-31-13 914 con I_ 934 a 915 ow)„ •0' 935 ■ 9 916 936 937 917 I 938 918 939 — 919 03p1pee. REV. DATE ��5� n owee 4.3 1' cuwr WATER AND IMPROVEMENTS NOM 1 s/m/4e AS-auv co — SYSTEM INPROYEMENTS . I.R�n4r4 � 4 4s/3M as-.ar31ue r au4x NIAM1 BEACH.FL i Municipal&Industrial Control Systems 4mz vnrs m 0e0'"' wn m nA AAA i eoozo4 — 4 nu.3 Twu.AA.Dm MIAOW 211.10.6111M1.• ,� maw., 1AT0 ow .0,m w cu e 700 -'4 "`" 1020 'v 1009-17 m' '2114 — F { D®.1[1F s 1021 a ti:j e9c Pa.F 1001 —�ti omP u 1�noeva 919.9.' DT1e2U eV9CB�_WC 1002 (mn1 E'm" en3mo E� aOMROm'mio20 1022 -('� - m'oiu -� emmu�+w 1710 wE'w. an n oreur >o .. ram I a`m'1 010131wo wm 1003 ts» > 'u• 1023 'sun T_� .em. I .m�- AMINOOI 1024 _ 1e� 1004 vio . moil w , P, 199 WO. Sean 1005 I—��j___11-y C 1025 �� Pn© Y, -n 7 ___ ` wws r 10919.'ss'or 1 1C26 I, 1006 _1 ica'o 1027 919 1007 "101 1028 1008 ~ 1009 *s C 1029 Z--*--TI—Ms 1030 1010 , C 1031 L yJ 10410917 uLw 1011 ms7mmr DT1at5 M---,■'--� 1032 9:,> '" (i tiT f� w;ROB 9 1o7z I I at!, :� I CAL:109717910 1033 1-- :o worm 1013 om' -�a I 9 Ooa-- '1—• � 7034 'ox._� I 9.. 1074 ao�0ii.yu'. 10w9s� 11. C 1035 1015 �!!p 1016 10361 _ -n NJ -tea 1037 Y 1017 °ma�°'-1 1018 1038 1 1019 1039 asxr WATER AND WASTEWATER w°1D m. OM otsewvran ar omwm Iwn I ,W SYSTEM IMPROVEMENTS NOTES: ' �Wo/os wmr ® MIAMI BEACH,FL 'r0''�1° S o' ""�00 �"' v9 Iw.v" Municipa(1 Industrial Control 5ystems mu nws 1e pOS.1a P I� ROC` ......»r.. .. SC... 'Mow '767- 1 CO#raas 9. s^c'wvw'owm9. ■ -- — - — - 112 " - --- '-1100 1101 1121 1 1102 1122 1103 1123 1 1104 1124 1 1105 1125 1 1106 1126 1 1107 1127 1 1108 1128 INTENTIONALLY BLANK SHEET 1129 INTENTIONALLY BLANK SHEET 1109 1110 1130 1 1111 1131 1 1112 1132 1 1113 1133 1 1114 1134 1 1115 1135 1 1116 1136 1 1117 1137 1 1118 1138 1119 1139 CM. WATER AND WASTEWATER O°r AN. DATE 0k-BUILT BY buy • NOTES. i /xo/a AS-BUILT as�� SYSTEM IMPROVEMENTS EACH, 7�I° 0f-aoai x V xm n-rsr�m s woo ; MIAMI BEACH.FL ova a Nun Municipal S Industrial Control Systems uns rws y i o.® �I ROCHas A .,..,..+.....,�.. sacync sm°r catra N nNPP=MUT ME NW 1 j 115 DOM r® nO1 nBW NTM 24 11350 1 J 1!_I a i 0 O _B�AZ� -1 r E3m Dm } Y' . SwFL�f I 1£SMtt 1 ME 1r 72 608 /� 38 1 I I. 0 • 0 UPS UPS UPS APNmx LXAT1O1 If WS.INLAVTVE TO PATEL 1573111. WAS PAw+ 310LYIDl IA;Et UPS IS FATED MX kNYaslm: L NAMEPLATE 1-1/2 A 6 n'2.88 215' WA �O+' WATER AND WASTEWATER nm°°i OATS otx(18.1 �0° '� SYSTEM IMPROVEMENTS ,pas. T 4/30/03 6.3-1111111 «N MIAMI BEACH,Ft 0s-. : ,2/11/3/ pwSAVa IN PAM oN¢ITa 18*5.I Tn. Municipal&Mdustrial Central Systems mu 1/Are a I MONO ROCHA 0+60...X..... >,ME lama.82.00/at LNCwsunE 6 r6Na 500307 MAT CONTROLS NN O 2x3 NO AC WIRING ONLY 0 AC CIRCUIT BREAKERS&FUSES c. LEWPPTON RESSOR SURGE r I AC TERMINALS SU F g O UL N Z VZ� i g 6 3x3 NO AC WIRING ONLY d §p l i F g ":1 F{I I I C TERMINALS _ IL ru ?c ir 2x3 WD AC WIRING ONLY — o LI iooi • z V) 5 G 2 ar 2 _ > z P w O U K O —_L— 5 'i ; 001 I o 7 1 __o- J� oaa: ftooi S w 2 U Ell E. a 0 0 2x3 WD DC CIRCUITS ONLY 0 NOTE■DRY CONTACTS FOR VFD INTERFACES ARE PROVIDED IN THE A.C.SECTION RELAYS, UL 508 PANEL xev, RATE ustRIDNN ET I ocean urt . munr WATER AND WASTEWATER xeec Ho?cs. /x0/00 zs—eunE �; SYSTEM IMPROVEMENTS I ahx/m —ssrr3m .x MIAMI BEACH,FL I i om ROC` Municipal S Industrial Control Systems on[ym ze RACK PY0.LAYOUT 500307 a aeon 1 CONTROLS ..uw....ws....rw 4 8.0 22.5 22.5 - r 0.5 1 3.0 \ `,\\\,\ \\ �`\ \`;` �`\\\\\\`\`:\\ \`\ \`�� 7.0 PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY \` \\/ ` \\\`\\\\` 24.2 76Jjjs\ \\\\\\`\\\\`\`\\`\`\X`\ ` \ `\ \ \\ , \ `13.0 OT USE \ \\ \\\ \\\\\\\\\\\\\\\\\\\ \\\\\\`\\\\\`\\\\ 3.0 OPEN AREA ® CLOSEJ AREA e.rc wLer WATER AND WASTEWATER oah °Fw°POON °Y ppp10 SYSTEM IMPROVEMENTS rp�p; i a/ao/oe As-Rmu cn ouNN ����T a.s MIAMI BEACH,FL ' �01 "/'a�°' "'b°O �` , Municipal L IMustrial Control Syshnot mL1 y Nn oimim ROCHA COMDYN Leroy CONTROLS m .n..um.MAMA,- 1---n 3 v a 5 5� g R �tly8 5 c11 q9 q 5 yd IIII Martel Rub Nolen 8 g i E$GGGkkk SVVw __.._ I WxtN 0..4 Naa.� oar as 3063043yA Q ❑ ❑ ❑ 1n - �� �— D MMIMMMAM E1fEANET E- �y MVO DISTRIBUTION SEE PAGE 2 LINE 336 mwnv mw < ETHERNET \` E-,EgNET T,IS Mawr�s j _ __ _ _I I .... I [CO MO mwxur¢.s m a vu aT ml imSX WS AY w�wxw..m U.S /// -- _- _ ao• a.a• 4 r I .....al 1�m...al I�Na.�I I_N.,.n I i�_n•. , I�� 1 L J L� 1 1 1 Rn. UATE oa5JaPH011 a' maser R.µ ' CU"T WATER AND WASTEWATER °m°."... xo,es .a,-0'-as A.- vN..D SYSTEM IMPROVEMENTS S "'0�3G9-euol 2 U.S ov.S ; MIAMI BEACH,Fl. m r wn roe. Municipal S.Industrial Control Systems mu v�PS a 3omOT ROCHA u rro BLOCK MDw5 •U. 'I x w..• CCWR.IS „ms..�.........r...s-..,x..urnx t • _. --—200 al rxael [7- DA 1o4 220 td II MI uew 10 a�lt 221 m�oa SOO 201 m A1v 0 WA An-I rm2 0 722 �= 222 202 n 1I.2 >m 2.0.002Qlo-lmr IIM Ni 203 AII ......w... 223 IS • u � 204 a • ut 224 ruu 07720 1 w'rmu( 1919.1 o7ln 225 205 7n7' p75 771 m Wm)o r=12G ms I ISM 206 XS, - Ime1 7m:atw em I.a1 226 u 207 7' ' 4—ta 227 2 208 228 LIODLDIEDDEI 229 209 � x772 Ina. _ mm ..x 230 210 ' h sum . I!� m e . 231 211 m �y..Qw_�r� aM I.20 aim`s uua n miasmas rxa MD 212 • >w a'aixhw It* 232 10.1 IIII "7© Wwm uloiw:a AA 1W rw 213 Nt_7© vm 233 x77 10.11"O c, _ POT!1x24 AINY S.M 234 2241 0 214 •2a�1• 111 - wA v«�215 235 ux1 M MAtO 216 236 o1 272 mom'7 © 2.= cT 77x• 217 PLC217 i 237 IZI x• O C pn/> -r I y 10.1 ELLOWIDDISOI 1747-LSO mo. 238 0 218 1 r > rux»er 4 2 239 °1 I, 219 , DATE o[suPTON x oomo u+ cow WATER AND WASTEWATER MOW ,p ray. 7•--a0 7-4.7.0 a 11-70 ,llI SYSTEM IMPROVEMENTS I..xl�.wey 1 a u-77-717 7e.. m' wax ; MIAMI BEACH,FL 1172 xa Pl.Municipal 1 Industrial Central Systems ....s as ma ra ROCHA 7xet1 MORAY 'M. -war=ewe, caIO.S no...um waro em exam c... a 1.4.24 C131 ae IS.12L MUSS 300 320 .r..u.nn..=XL CM W a w aaa lo-inua.n mr 301 xaoc k1 1 emisS°1 sC 1 32, ianiwa �� SIC arc wa-WC 302 m w.F aA 322 n1 tr7. .mw F..,n. csw-Im. g� 4 sX SIX m w ST OWNS MO I SX T l.J Oa a0—tea 1m°zrt" "° w.au-oec 323 u«Mia. g as. : enk•wIav Sec 303 asa.= la' g� am-a-a — ew.slsue 324 �-•--i z al ay.Au z5 .m� rn10-I. 304 l;J 0a+ ..__,w4..,— > .1.a rur:axu mAw St MOS ws us Nu ❑a s.0 325 CM 305 an 'Oro M i�u'°i " acs?am pa'. 1y,��r Is«.ano as aauw.SIM-OX 326 �--i - :- 0 ...k., _,...._,..au 306 �JN� Oa °0—'—a 6 " We SC SAX s.ml rw 1MSS wsaavr m WC H ws la se ws Maw qgt�ar. uumm.T.- Iv._nee 307 t V A j" 0. a0----°a4_ Ht.oa-nlaa+rsa aia 327 rmaraAema .r I x- 309 329 II e'11'°5 # L_ I' Na, IDS -.as 310 330 zss as1PSI ISJ11.A 0 Lee SWI`i-oic 3 311 331 3 312 332 3,3 337 O - o- as ry o-'gn-o--'u. -0 m ra _eta_.—ass SW1 AMP 1W m Wlaa 3 314 334 3 315 335 3 316 36 WIMMXIMISSIMIX WA sirs 317 337 • ® sne 0 la urz w mwm T Ws fir Mr DEM - MS 318 338 -sa ua.a Nasm /m-0A aaaaR m anNe Ma sa 319 339 s __. -. - WS I SUMMON VI maws as Q1O'T WATER AND WASTEWATER a.°° o._u-as ,� STSILM IMPROVEMENTS Hares 2 . 2-02 N.a.a.w SC 7�.'�"°'NZ5 rl MIAMI BEACH, FL 2 S6-07-07 .rWa. 10 cuss ` am ea Is. . Nunicipal L Industi4l Cantrof Systems ma 0.00 a ROCHA IOM SWUM amsm — s 0.00,.2 CONTROLS msawrN+am.Trlw am amOWmwlnr. _..—_ —. _ — __ _—.._—_—_ .. 420 400 nrd SW TE a •a ,.x971_ © '.1 PUMP act cm esa 421 401 s 1 a �... 1.1.r OM 4u 402 _ w�uw 422 4v 403 © ms e.. 110-120r 423 Oft 404 3307 'm' sec aiauc isle+ 424 UP 2 ME m Tae EE1D Ms'o-llw 425 405 4 406 426 4 407 427 40 428 8 MI.. =SCR rH I TT ma 429 THIS SIDE INTENTIONALLY LEFT BLANK OM 409 0_-.s^ -0 MIST RV 1 suer-DO,.0 a.m«a NM,.our I n DID 430 410 0_-0 -0 SOSS SW 2 MIT.0m41 - RV1 nn 411 0- 4 -0 = 431 =St OP D swT-Dow+ 412 0- 11* -0 - -- 432 PM 1 Sur-Dow 413 0- r _ -0 Nrr 2 O fiw Loo.sumo 433 aea a 3137-03. 0_ -i a4.":D,-0 434 414 aw s SMUT-DOal 4 415 35 4 416 436 4 417 37 t 418 438 4 419 439 • a V. MB Iconuma. n aou+m -__ Wt. WATER AND WASTEWATER wen _ NOTES es-O us+s-Insr lw St 1"071-41-03 SYSTEM IMPROVEMENTS ...D�-ry 1 2 36-47-07 aswiMS NAM MIAMI BEACH.FL OM PAM.V Municipal&Industrial Control Systems mu syas a DaoaW ROC` a.ADo WORM _ o 5 .. CONTROLS 88080 .*W..*T.a..wu.0In MANN.DEMOB.. • —_ _ •z _ 514 520 •z. ro n9 —am 500 u sun _ .msm i mx :AV.-m a 12220 501 521 502 I10°A — 522 p 22.2: .ue av mn 503 bou» 'o !Ip 01,20 523 5 504 524 505 525 il SEM 508 c " p 1" 526 ▪ `wmw saw o w es.em _ uow '- IL 527 507 Zoe fl 508 528 509 529 ow* i0'"" iI� •xe I TO w nv99 w sses uw (mil _ 0 nr,9u 510 MR II� � 530 r 0ca ▪ am�°iaA 511 100,49 531 •1wx neassa Yna 5 512 532 5 533 x12 513 �II� �` 514 534 W siu p x rMs:a m MO Fr-200 :012262005 535 515 (p) 90Y' I. ir1,+o v e wsse WM 516 536 I 5 517 537 5 518 538 5 519 539 "Ile 520 _ arr, oar epM195me9 q1 mal190 OM °. WATER AND WASTEWATER Mort 00175. c 9.-055 M.-ur-..�u+IC o.-0-as k SYSTEM IMPROVEMENTS MIAMI BEACH,FL e m-oT-eT �� mom Municipal I.Industrial Control System 7.1 eel M. 1 to ay.s MVIM 29 ROCHA SCHEMATIC I '..3' 'Wier s =ewer CURTROCS w541211 Y .fo...P.1036N maaww lawmen. -------------- 6 600 620 621 601 6 602 622 6 603 623 6 604 624 6 605 625 8 606 626 6 607 627 628 608 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 609 629 6 610 630 631 611 632 612 8 613 33 634 614 635 615 636 616 637 617 638 618 619 639 C"E"' WATER AND WASTEWATER WON RES. DATE DESCRIPTION n =MO �• SYSTEM IMPROVEMENTS ��; 01-11-0S••-�.:°.•w a 04''14s MIAMI BEACH.FL ______ 06-07-07 awinw. a° w•e ` Municipal&Industrial Control Systems rm[wx7's ae ROCHA wHou>K e�m —oar Stamm-,. CONTROLS rapls u.�r...m r .axw•mnuu mune. W na 04:co/'.nc N. an NnianT V um n.. 700 -z. u m co. 720 .uonm nw,a on"1A.n.n YAP 9.0E OD Moen eoau mmtmesl®a 721 m°A T d'g 701 1�1 �" Av. �• 1r asn.OW aaa a 702 .. EMT van ., ET, 722 v�{V} zei 721 T ° 703 °+mA � ° +mA °I +oAA 724 r..,nA 704 705 mA .Am 703A .= u 1.'".....l ia 'oe 725 m ° t 4215 an +mA pp. ..,_____,_._ram 726 'n" ° >Pe¢ 706 u.iJAyio w 707 uA.n 707A.-0a4- ° n 17010-2SOLUMOIfi wAwnn 727 " m 708 10M I J0M 2NL 728 A.AA_A�r.mw BI:..n• 729 Tin" oA . SEAM 709 - _�: —'� w_A_an...n r.�cs.m MIA OELtLaC 730 '" n M. Z. 710 MILLE& A +oA 0 _ 711 mmA n .a AA_,Eg.atirm.me[ 731 >S_clw '_'.e—. , y,n vx,A.Ulf 732 'i +2 iii=n MBE 712 —aa,,��e— ns�.e 713 .A--°e°- ' ®' Pan soma 10,00'ME 733 I" ° 714 n_�.20. ,.e.VOW CM.m 734 rn,AA +o n tea as-a103 E. TVA 730 '" OIL 715 I. EWES. .0 " Am m- 179 PT- ii � Sias 736 '1" v Gam- VBE 716 _ 7 717 737 7 718 738 739 719 .n DATE oisciavnon n ono Dunn DC a DA-Ii -DE EC 04,1-011 it. n+ET WATER AND WASTEWATER SYSTEM IMPROVEMENTS .„ 1°"O�YSaS.ami MIAMI BEACH,FL e a-m-cA .. ND ..� Municipal b Industrial Control Systems mu ewrs y p1`° .+ nm' memm ROCHA CCn.Wm: sa.wa -War . 3Com.- ccuacc LS no sr.AA.nw.....naanu...µssn0PAW.. v --— o. 820 800 g�u 'T AR IN.= AR I74-010 Ralrai.(e)I°Ti.a.. awn 04 t....... 821 Po.) 801 aza vrs t 0— . ® -0`?o' 8,cl-a P.P.I Rronora 822 woo' O-T—': .4 920 900 MT�19E0 y m.m 921 901 BA MOON NO¢rNNO3NO•o 902 In¢) i � • -y— O ` ^E 922 On) • 923 903 9oa J 924 904 925 905 PITJ 2960 0071117-RWMISMCIRMEDS POOR LON NO O-rm rt-nn arson m iv. 908 :. -fl— 0 MmN Ow¢rwO.eMMS 926 '1II�I amvr �`a w ws¢E 907 MO "OS 1 ~ 927 nm ! • 928 908 n.J 929 THIS SIDE INTENTIONALLY LEFT BLANK 909 9 910 30 9 911 31 9 912 932 9 913 933 9 914 934 9 915 935 9 916 936 9 917 37 9 918 38 939 919 _ _. .-__ OAK �, OATS sawn. �. • wart WATER AND WASTEWATER MOres. r O.-u-0S arwe.a.a SC O._O-a SYSTEM IMPROVEMENTS . Mrm .c-aaor MIAMI BEACH•FL R NS-07-o7 ¢`°�A` M° °A� Municipal&Industrial Control Systems mu was,s¢ °R NO' n M. ROCHA SOON= ,00 ov N':' s Mew. CCHTROLS nssr Mrwaa r.w tiwau r¢.assa raw"N. P•.t. CM Ne .e =ea P. . (POMO VOA Ora SWIM 2. —• • 1000 ZIAN-111111.- 1020 -� ---1P:: --- 120-= 1001 T°°°'—rte—• xmnrs,naiap. 1021 1- -J em emet!AL- r:M wmA 11112910 I ea aC oto.rt 611-2120 M' MEL 4-30M 010PUT 1002 .-m�• 1022 m2A fl-�- me _"'- lmn �— � WPM s x mmcts ■I awm. J I M ao•W. m 1003 tor= ) sat" MUM r 1023 aon v Jy-]0 - .e m.. . Mama 6 > I aew� 1004 .0434 X LS 1024 4I r. na AT, meow MO MO.2.0 ,..r,meEa a hart' 1005 �-':-- 4 eJ C 1025 nrmxa N,w. A1ep mpVeia®na 1 1006 L r-i r 1026 1 mar 1007 1027 Mwo am. FM 1008 ---11- 1X. 1028 1009 a C 1029 ou 1010 { 1---M 1030 1011 It Cm 1031 L -J ore Pa.a Ltl J ar-212.5 C smetnesemless 1012 1032 men fl are _ m922 arr Nrn 1 I a`T �_ 1 430°4 ro TAM ma 143 C 1033 1023.J -I '+�''. T I :01044.0 1013 ' JY a. I sm - 1014 �r---C 1034 w"a J 431,0 == 431 C 1015 1035 01101116165 A,0 a NM- 10161~C 1036 1 J 1037 tt- T' 1017 SOW MO- . 1018 1038 1019 1039 an aATn 616122641011 BY 0130000 a WATER AND WASTEWATER der, NOTES: : o.-N-0s•.-a,ema.a sa w-u-as ,� SYSTEM IMPROVEMENTS 9F�a�,M°0 -4444 ■ z os-also a•wms a mom ` MIAMI BEACH,FL Municipal&Industrial Control Systems 1mc mrIS OR rr 1M1,11..sn ""'. ROCHA sManarw .004 "weer s .. SClw CCNTa0.5 ..e ma.r.Y..A .,...nn mous«maum m 1100 -- 1120 1101 1121 1102 1122 1103 1123 1104 1124 1105 1125 1106 1126 1107 1127 1108 1128 INTENTIONALLY BLANK SHEET 1123 INTENTIONALLY BLANK SHEET 1109 1110 1130 1111 1131 1112 1132 1113 1133 1114 1134 1115 1135 1116 1136 1117 1137 1118 1138 1119 1139 ._ W. w7c O6umRroM n � vn WATER AND WASTEWATER putat NOSES, 1 04-01.03 As-Installed x � a.-11-05 SYSTEM IMPROVEMENTS 500x..o.M1PO'SVa"i-m a 06-00-07 ss.wans xa 0s.w. ` MIAMI BEACH.FL Municipal B Industrial Control Systems ma.wxs 05 ,xn u. ROCHA s<x[sunc 64000 7 a*I s sc.... mamma WO W.I.IO .e.x0.DM m..A.maim. " 1900000 A-ilf71■710 WM 72.•42. Se colsoxlm0 Npa UM VOL Tree mu um.is. TV 0000 242 II IGSLI • 24 I Liana 1 J U _ o 0 0 B�9.2� Psn Tun u Li ED CO I ®m wp b e»7 J I I I I Ko o)... SNELP K2 P0.0 � 1 SNE� "1,J- 72 60.0 36 38 I L T 7 Op _ _r O .1 007007t UPS UPS 007007. LOCATION LIPS.R L i TO PAW- jE NA,/ vO i Ph MTS. UPS IS LOCATED INSIDE ENCLOSURE L 14205.ATE 1.4/2 a 6 ti.WPS 29' ,_. . uv. 0074 DLSUP1mN a7 1 0012 c" WATER AND WASTEWATER Ro cs ca-n-9S 6.-1605.4•■SC 04 Liss SYSTEM IMPROVEMENTS -aool ■ e 06-o7-a7 17.1010. MO a•w MIAMI BEACH,FL au. Municipal 8 Industrial Control Systems not ss,ns a e` I PTA LNmmUBC MS 4PC10•01c4 500307 era I e tte.,, Ra1RoLS w6 606.066.01.,..01.0 37.0$22444219..441.•. • • • _ — —— _. Q 2x3 YD AC WRING ONLY 0 AC CIRCUIT BREAKERS&FUSES LAN _ LEVITTIN SURGE > = AC TERMINALS L SUPPRESSOR g Fd _ __ U0: U < 'X J n 0 = u <� < 3x3 NO AC WRING ONLY I NI 4 g - r n FI AC TERMINALS I`FI 5 c 'lc 2x3 ND AC WRING ONLY __ o 0 0° d L 2 _ _ 9 11 11 i 'IS La _ ri FW ) s- IA Z r LI cd �Lfl II fE Z U D Z —1— o f� II 0 0 U �I I ■I a I: , I - - O 8 2 ! Wo G till eltt. Z U p Z I ..- II 11 D � LL r- 0 2x3 NO DC CIRCUITS ONLY 0 NOTE I DRY CONTACTS FOR VFD INTERFACES ARE PROVIDED IN THE A.C.SECTION RELAYS. .UL SIR PANEL as RE, 0000 oeacenca El enmm ema �'n WATER AND WASTEWATER �y IEL Uo ES, I O0-11-es•.-e0wiuw u 04'11-05 � SYSTEM IMPROVEMENTS . t 04-00-0 o« MO MIAMI BEACH,FL r�NUM Municipal E Industrial Control Systems not 5 a ROCHA exrra<t LAYOUT �^0.5"x -Mr ..,.c sw,,.� (001100005 0 0 0 0 0 0 0 0 0 3 00 MAWS.•Oa&4+eb 48.0 - 22.5 22.5 05 3.0 ` AAAIr Ni1 7.0 0 PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY 1 \ \ \ \\ \ ` 1 1�\ \ ` ` Ø\\\`\` \ �`\` \`\\`\`,\\\\\\•\•\ \\ 1 /� 1 24,2 1/ . .\ .\`\ \ `,.. , .\ \ `\ 1 13.0 / NOT USEABLE \\ \`,`.\\, \\`.\\\\\\\\\\\\`,`\\` ' 1 1 \ .1 1 / • ,\.\0•1 i : \ \ \ • 1 �- �1i� u V 3.0 ,, OPEN AREA VA CLOSED AREA 7 -T- �. .a.m onr • �^ WATER AND WASTEWATER Hares .: 5 m-Ineems s.5 a-u-.. SYSTEM IMPROVEMENTS 's '.'�I0°N1�'as3o._0�� a 06-n-n M..•0• .s 0.... MIAMI BEACH.PL a•_ _ .n. Municipal 8Industrial Control Systems MIAMI wu.s a 500307 ROCHA .50"05"only AXE ,,, s . -...... . . .. .—-,......-.„.. . . .. .• •. C�I�EPI 4�F �1'I \�1 T ' ' \CH 2 BMW S� �'°?' i l Qr. ?JuND . Stre. °- ? •-A\ eirEJ trl A\ NricS ---A\ KV . .• p ui eP hATurin SQ)WJ i . ! . .• . . . , i , • , ; DESIGN&DRAWINGS BY: . Municipal&Industrial Control Systems ROCHA CONTROLS 8918 Sabal Indmainl Blvd.,Tampa.Florida 33619 813,625,5184 813,664.6713 fax • IIC IA• '1 r f _ . • EIELE MVP PIPPrin PP, • . I . LIT.P-9110 • . 253II.M,Plii.1.0 LATI014 LEM.IRAA120173a . . . • 1 SP2 ENO OPS-On A-a SLC 500 .. . - — PSIA ANALOG MT MIME , . -6 -6 n A o 1744-000 , , MK L SUIT 4 t I I I . I I I , i . [I ..-) L W. 6 'y : V 3 ,----i =I- PSI- i . . •C> J MO- I .• . .• 901'Taken DATA . • 0.133517,—__I 00 CKIIRATICA0. . ICIONCERIAG • •• I . RINZ,..—ULEVII- i , . : 1 t •: . . i . • . I : i . . . ' • I . .1ga.n.talftlYni..*CIYINO,..1.11okkaieromaCyeal. 11119.1.M.SMIG A■13 1..i.C.00.KrAl.atrill.11 Mr i ROMIM“RI pa an.. 1 : NOITS: I. 'TV. CAW DEICA1071011 DT maim Am - 00/00a SuillarrAL ma SoT DADA W.V.1 k., cu,„, CITY OF WAY REACH ,.... i 25TH STREET GROUND STORAGE TANKS 1 . ..... AND PUMPING STATION rmt ow tra-in WI.OM •00/05 IL Munidyal&Industrial Control Systems mu RAM C010/031.PAM oft.lel pg.. ROCHA LOCe DAMAO 1.01 . (canaLs 0111...011PPL.I.P.11,010 SILOAM 1.3.11KJIIVIN LITA-11110 SWAGE WOE MAI LIVII. t . . ......._. . .... _. ... ---- -------• - •-•..— -•' L . .0, • • ma PindrerCed—PadC. , . . . LISB-9(10 "T 8 S 7177 IV ro oleo('0 M. LEVEL TIVVISMITTEI SP3 EPC3 NES-036 4-N S.0 SON ■ — O— A.— ''''1) f r, 171. A'UX1.7Tra-PI13"3US LIAOO P.SLOE 4 B i , , , , • 3 —..( L 4-o '2 y ,, .. IN1+ • v Y . . ,.. 0 CI — 1 . 0 J IN1- INSOINUPENT DATA • .• ""No —717Wilftft _ . 1 coul'ulanoir____ EmAcEmo ....0 11-X FEET 1 , i . t . . . t . „ . . . e ■ • I . I i 1 i 1 U2=1%4'SAAMO.'=:=:ir.itisortormtrano win. I 11000 1. 111 am ocsoNrnox If 11110110 DATE =NT CITY Of WAIN REACH am - atataa stlnaMt.nor"0..". TWW. ill, 25TH STREET GROUND STORAGE TANKS..Klat —i. . AND PIMPING STATION 1.0113 TROT NM, oii/isPos IL Municipal I Control Systems TOO Ma MGM Mal troi ex .54 gum ROCHA IMF Mita tat • CONTROLS 111N11.10.111.11010 01130 01011 01-1110 STOW TANK act WM. - . . , . . . ,...., — ..-.——............,— .... . 10 . . [ i ..1 . 1 . Pn.-TIaa AST"UAW PUMP UP' SiPRET TPN IWN2 $ICTIW PPESSUE SN[TIEa ^ A-a LC 300 n 'II.I MrALOG 6--NNIA MOM. f —� F T'�—O MIX a.SLOT 1 � I II a --- L YI--O Aia r1 IN2+ L 0 p d IN2— • • p6TWMXNT DATA MlMiKMG acs9nT- Tmla CMGRICCROO aso rTia i i • I ivsrwiruwmm: :—iw.aa�tA:,..w I ww._r, �.W T ~Trio som n/W' CITY OF YWII STORAGE' 1.niES I. - 25TH SIREET GROUND STORAGE TANKS AND PUMPING STATION rum ma ,0 £ nor Taos Ro1N «n.l« t Municipal L Industrial Control Systems TALE NW COMM PAWL s"° a«.' ,® ROCHA MP Maass 1.41.1..ana MMraA la ALCOT reams wmaaa . camxa s ....1...06....,.X.. _0606. _ 0606 0606 0606 la • I' • "". • • Can ISCCJIIGICIPENIG. • . . • r I - •• • . , . I I . • , • I i . i PIrs-olsa • 25711 STREET PUMP STATIC. • rroiNGE TANA O. DISCHARGE PRESSIXE TRANSMITTER S . 1 ' A-11 TLC SOO I • I I PSO.11 • PSI* .(> ANALOG INPUT HOME 1746-0116 RAIDS R,SLOT.1 • I I I I B ___ L a 4_0 . IN3+ , . . __ 1 ! , ,..._ . 0 () IN3— . . : I . . i : . .• i. . DISITIDENT DATA 1 ; r • • 11.11:1,A,CTI 11 I LI D___Ii.z,„i azi r 10,=,...... . • . Nam I . mire CALIRRATI.-7Gra' V' INGENCERING I RANio—__OrEL.D.EL- . 1 - 1 i I • I 2 i • • 1 I . , • 1 . I • ' 2 '. . • . I . . : . . • . . • . , i:22..V2:2=2.142,...2'.72r.2r."2.21ZI reierAeMr421.2 2er. I • r RD, am 'onssionom r mace We - W.A. SUPSITTAL nor TO" 0Th o/o/ca illi• CIAO CIIT OF WWI BEACH ..... . 25TH STREET GROUND STORAGE TANKS.„.,AIIIV.-011.--....... . .... ANO PUMPING STATION MI. Re. WV. 11. Municipak i Industrial Control Systems DoE in.,,•pirrim ma. p........ ..; 1 ono= ROCHA LIAO DRAINING LIU - • carpets nu soil...1:1101.1....11.■DM MUMS MANIIIIM INTB-RIVI ROGIORGE PROM 110HITOINno • . . —.-.---,. --. -- . . -—.- ---....-— . . •• - I ..' • ; E11111 elMarlalla-fhtE. i • LIA-917. . 2571.1,11,13EgoLZ,Fart011 , LEVEL 1,1114.1,17r1131 14-II SIX A W.1.00 MUT MILLE l7.16-tal . PACK 2 SUR• 1N4+ • . _1 i I 1.1 L -1--It> '2‘.,I —‘.. IN4— V .. IIISTPMENT MT* , .11,2.CT01117. JELLM... . IXIINEINING IIMIGB 3,tITWItS I ? . i 1 . I , i • I 5m. ME OCSCRIPTION IT mem ogY - MAN. suNitIN. IINT .M." .0./.. IP, cu., CITY OF MIAMI BEACH cum, ( 25TH STREET GROUND STORAGE TANKS dKIK.K.-...1.—• . sess a AND PUMPING STATION "°*“...".. ■ Nis,N.14-011 , ...■■ IRO,110111 ./100.1 M. Municipal 1 Industrial Control System ..f pum,INNING.p.a. ow ma ay, ROCHA CONTROLS ..............T...................... LOOP MK. W-1174 na=NM WU WM 1111I - ' -, .... -. _ .... _.... . . OVA . Pon r,exn■PArri • . . • . . I . 1 . •• 1 •• I . . . 02 • SPEER COMM I . . I " A-1 MC 500 4 ow mIEL mans OUTPUT MIME 1744-r00 RAO(2.Slur 05 Vil 111 . i I • OUT ita A 0 - -, 310 -al. • • I 0 CURRENT OUTPUT . I . • ANL 312 SI 0 L OM I V I ! COM SI .• I I i . I . . • • 1 : • I . 1 . . . • . •• • • . ! 1 • gamma OATS , . I I rITII.VIIK* 9 fri= . i MONT II'IITI-- 1 ' CALBRATON i ' EILINEERING . •.., 0 RAPC12 KM M m U T CITY OF_M IAI BEER - WAM or ME MEN 292 • 251 STREET GROUND STORAGE TANS-s.M.mDa„ITr, ,.,. • Nun AND PUMPING STATION MA no 0-2-10 ..■...■-■-•••••, non Ron oppain I MUIncipal I.IfIOU002(Control Sysran2 MLL MAR comia.PANEL 00.0. " I mow ROCHA LOOP MOM Lae -( . I I comyRou no larnmanrriama.rm.noir.sun mous.na.iromr. 01010-1 POW Nol VERO CONTROL . . . ... .. ... . • - . - - .. -• - . • f•DV(MG,PAWI • • S1-9aN-! PUMP Net SP®�T1a A-9 SLC Ste V992 UKYL♦1 • RACK L SLOT 00 . OUT as n O _I- au �� • ANL MO p "1 -� ■ CCM ,. 1 • • • PSTW€NT DATA WHFKNSFA___ t Jr Q93--• wm 7LIlT}feS PFIn • O1nVP_._ i i .,v"""1mc w=“ +mm =1�°°""°"°Y° I CLEW CITY Of I IMO BEACH mV V ,,,,�, 1 m_.Zu., ~Tsor ROTH a/Iyas 25TH STREET GROUND STORAGE TANKS i X9TG I. .N0.Y-O° AND PUMPING STATION � na may nom w/IS/as ,, Nunklpal 4 Industrial Control Systems Tm1 pm Co,Pala 0_.N` °m= ROB s On o...Nw.r*.w0—sso.sam ..awmT. :-sto-s Nes moo minim - I , ne-CIO0312.1MIEL SIX-91 -3 SPEEDCr:NMI. M LC SR 4 OI.IEEL.NrUr arms MOLE Wa-11111 PRY O.SILT K • OUT m 0 —� 335 i 2 ` ANL 337 0 0 L 537 C CUM (. . I • ■ . UCTMMLNT DATA i nom--s LIE___ mwun__ wrwn_________ UIIWPrtO.__ 1 ENLIKVING . li i1 . 5 . 1 . OaIT CITY OF MWN REACH aprt �. wa osoCRrnoll IT iya � 25TH STREET GROUND STORAGE TANKS�y sly r NGIEL 1. _ WWN 9111YTfK re AU. AND PUMPING STATION 1 TWAT smI WWI. ill Nunidpal&Industrial Control Systems Toss sum OONTSal r111O. OR PO. a' ear LOOP MUM ule • COMM msr.r.rrr.wNrne NAM N.siN.. sEwtao-a PLOY N..s SPEW COMA .. Is • JSI 376 r332 �A r7326 'H_1,' ]5x R] 352E r377 7_13776 m G ]]C r,, . • 3)3 F 1 .,,,,,. . • 9 3)9 754 61 57 SPNE SO 59 UWE 60 61.06 6S• 37 HS14C-1 ]4 3! HS-9140-E >6 1) MS-9140 JB Jfi0 355 PI;VART PVP R STMT1 'PT 356 391 i 392 ]5] G9 CR6 CPT6 359 r JSBP ]sea 338C ]5BE 3eJ I 1151 • 59 764 V 360 Q o 2 O 63 WME W • ]6l 39 Sr WE 40 41 VWE 43 9P456 396 • 39] 362 ]99 ]6] 364 CP) 36M 36x9 �9 36iC FH6.11 � 16K 359 _c I__1 361 � X6 43 VPRE 46 PPfd 4e H2 y NS9 S-9p:A L00 6) vr 39] ]S•6]f 394 t S]e � 3706 it S)�N A ZOOM E • 3. m ]99 i T4 . 400 STS r �imi�r6.wa�M eaMm.�r.ext ZTZA Wr — j mrxr CITY OF GROUND BEACH moN NOTES• I. 8 SfAmME .COMM REV SS/iTE sum171•0 Er]sox ROTN m/IW 1v 25TH STREET GROUND STORAGE TANKS—'wj+ z S 702014E x ON lez 1 m/]/e. �4um Rior S4Na AND PUUPING STATION ie'a fa-Ili z =ROTS w/m]m , Municipal&Industrial Control Systems 'TITLE MOP CMS.P.C. eK° em® ROCHA KW euTTm EAa t NN4xa ammaMPP.wS 1.os..4 SRNU1P+ _ • • CONTROLS •. .. 1 i • 26 361 302 32,3x0 ]03 • LC 504 a OUSEL MOOG / ]29 40. >Qa l]6.16X1 MC%e.LOT I 130 1 365 24 3a' 306 VOC 332 309 1 • KWIC ]le CAM 3a dot L mr1 I 331 Sp 369 a OUT • -6--1 • °-- ]33 xo OUT 3m, • r i '� sa-aal-3 a Sn:il I 0 I 1 1 ]36 Urn COMM I 36 I n1 zrccn ralmn so ANL�U • -fr--'� - 312 ANL �I • -7---/ 331 COM 1 COM o3 I •_1 313 •• ■ 339 3 ]la ]i3 SL 39 ■ ms OUT m6. • -°--4 341 3r:.c II I • t M-1130-2 1 j I 3.2 317 RlV Ma rs¢o COMM nln ANL II i_i i .� 3a ANL 316 COM F COM I • i 3t9 •—.' 3.3 3.5 i 321 ]a9 Y 322 340 i 323 i 324 3.9 1 350 S 323 ■ MASISTLYIrear'ke... i i �'awno.a.t. ....e.s /span CRY OF MIAMI BEACH 0n. WE pMUPDDN N 1140 n 25TH STREET GROUND STORAGE TANKS o°Y,°y1cj0R' .eD1Ot L O SOIWL Y:cam, - DInW 0 01430 000011nT ROTN n6N ,� AND PUMPING STATION 1601.E 2-rt. t i 1 0 ULM. DD OI In 0 Ws/. M MX=net mot K A 661'•. L 332.2 OmM .n0n6 ` Municipal 1Industrial Control Systems AnA PUMP CYN1e0c Pun • Gismo ROCHA µl'°6 WWII m -t 4 CONTROLS n0w.+wwnww.'v0.en.Ow.u.ml. 1 - i 176 u•A 51.2 50 9 NUAOY 251 8 NMe 1.011.2 NJ7 minas NM 101.0 277 n16-ra z52 1a.SL 9961 7.5117 5 MIX Y,AOrS 2711 2A • 6-510-e 1 I !UV Mss I, n3ro Mel zm 1 1 I ::i' , _ IN 0_ rlln nmQi1r01 291 }-iii • _292 ``• x5> • i zn 203 2B a 8B 2B5 :ztE:}_ -. �, NF9tw-t i.:r !,1 1 � 2111.net vr9 tae 1 261 I i PUP ,1011109 x51 292 }- ® \i 269 • i 295 26a % • z65 taa sr6 a 296 }-j j♦ 311-900-2 I �� niYriFI2r I I N Net 298 - rUIP ss�lmat 1 I I, 3PEE1 10/12160 as ® AFL 1 ♦32 •261 x69 } �r b Lfa 223 • :% 270 27. r IIj j �.IIC ; 227 Pain 1 r a>I n x55 • 1• M 274 1.--R.-• • 36 as • 1 • 1 275 I °°w�,':$w""O1u.ns r:iawla we U41T CITY or HIM REACH °°9.e een� ^°"""I 6111 u71 9ESwI11911 N 9er19 99111 2512 STREET GROWS STORAGE TANKS NO My6N NOM I. 0 71mm16e 51 01102 - gyp swarm 1s7 1191199TH ee/tW . AND PUMPING STATION eery 034 z O TCwMLL z ON 7r u/eHe u room 7em TOOT 9w e6 l m1.1 z ' 711m 90M eenym , Municipal 61nrW3tru1 Control AND 27111 P9W C9Nrrl.rua. ROCHA 01"100 8M3 esam CONTB65 r eMaeee+w 6..6.0 71 1040 15002 4. I., s SIX 300 i al SSE. 226 x ON SIX ANAILG MIALOO ma 11 DPUT NULLE 627 RPM L 05 a RAmt a,MT 4 202 sae PSI. m I3 II z0. -;;: ♦ IN • 0+ 229 . z9 �, DM ! I ME 'I ;atAh x70 20S I x Pa- Ir SIm1AQ lank Nat Is m6 1I ♦ • IN 0— LV6 x31 207 ♦ x3z I 206 j1 m 4 I 203 SP, 294 ztx :r : ♦I I' p I 2 l -i�• !' C ' 226 ♦ I . n4 ♦ j xe 212 215 SP4 Pnr / 19 216 I—*• MN ♦ IN 2+ x.1 ;• ' .11.x190 pIT-9170 I 1 ® PU LIAM'1 1 III I`3 �PT11ASiRECf z2 I I , 1113 217 1 I qpI�MIpNSATNR�EeE�T« 11 A tt II�IIy�CA%EII ' 21x r-11 • Pi - IN 2- lGITWNG z.3 r-y• f 210 m 2.5 • 221 SP5 PSIr 246 I Y + N1 ♦ 2 2. r-11 • -- IN 3 �T.,170 r— 1 I t 11 I I' 'I ♦ I 2atN LmGT x.y 1 1 111 W1-91 AAae SrAlml 223 11 NAP STATION 1 1 a tt i psl- zza i I : $6 ♦ - IN 3- 249 r-7• A rytt i % eA • I •nx ;.„'.711"f..'uu w'SC.g EZISL TA..a... =NT pTy OF MIAMI BEACH _ RCP. w0/ oaxUM x 0 Ma 25TH STREET GROUND STORAGE TANKS m1 s'�'a nOtES: I - WSxAe MUM x AND PUMPING STATION +-S'.. • L 0 tEaNiNAI cc IN m3 . lan/w w x.NItID lwt 0501 N6 a. L Tsar aces wnsw , Municipal 8 Industrial Control Systems Tmt pule COMM PANEL _ 9.. I ,I® ROCHA Aawm IM ow 0007R0Lx NNS...r.w..1...x.60n Mal.Nt.Wwm a. s 1 176 6-6 5lO 900 III A-11 222 500 _ FLEW MOILS 3211727 233.4 Q I33 R Mr-UU?5 (� 'n 1746-01,16 tx • ttOT I7 MOILAN] RPbt VAC—St-r 3 1� VA n VAC- "' VDCL VDC2 cnn 160 16a-fIS 156 Rsio4i°i Ix • Im PUP STATIC* OUTS '6xP P AUTO MIMI IR m �RZ , fir.°PR*1 56 OUTL `" la MK `" M 159 145-9140-3 IN 0 . m slws OUT10 w •• 160 372227o° OUT2 IN I61 6z SPARE OUT3 I6z O • IV eras OUTL1 uT I • M 63 0 • .4 VW aura 1" B19 VASE OUT12 63 0 l66 6PAPa OUTS 166 on6 Ix WARE OUT13 O1 ►• 192 I69 Ih 0 • ► I6a SPARE OUT6 t60 0 • 193 sew OUT14 9. 69 L70 srPas OUT7 176 O 195 so.. OUT15 `" 1 m 196 197 172 - n3 190 174 199 193 2.52 { f eYS' ° x'04=4:14'°"""' I CUNT CITY OF MIAMI BEACH �s 110tiA I. 0 5n466LL 6c C0MtR0L ay. MW OSUBMT MIT 25TH STREET GROUND STORAGE TANKS 1."-314.�w WNW+ SUBMITTAL 0150 TM iml lWlil 9a/9y96 ,� AND PUMPING STATION rm.I%►a- = O sonwu a ON TS] 1 syOM a asulsn 1921 ITEM MAN 4+/+W ` Municipal L Industrial C•ntr.i STat•ns sons sue 00x1601 PANEL 6w R0. _ 3. ROCHA • ` ••mm ONTY.6uoROR OIL S. COMTa0.S Mom....1 n..•••••■•MA..MNm na ■ . _. 4 4444 _....:....�.. rl .. . . . . ........... . ... 1x6 161 2T NATAL IMPUT 102 A-E AC to MT�TM ULE 126 /l!N MK-W6 00 NM NQ E AEf a • EDUCATOR MY TMK RACK E Alit O 0 • SE lE1M METER 1x9 ® LIN ® 29 u0 m TcIw0 1 109 "I�---IF--� • t° INO M . • �1PAr r 106 x� UI 0-11-0 WOI!EVIL 25 ID J Mfg CRP • 111 'Mgr CD • Q T� xI i lUT Mgr BILL 162 R_».om TANK LEAK Nulrra LOW LEVEL w wy v M9E9I CT • °� INTO rat 109 ® II 0 • 1:1 SETS �` p�� ,y�, WI li`/ilnlUwl no IFJRnalM Al PJM w1'f�ET LIG : 636 ® AMC 4 0T • 23 0--��� : IU R6�, u° • ® D 114 O9 ; 1:111 won 114 • lK 119 ® TWA. ® . . ell IImIAE/LNM PIMP STAMM 1.11 116 ,p���RMEY� b 0-91]R el Ma 117 IO'-11-0 • nT spf�,6TTp1201 1.2 �TALIA-W Mx : tK ell WOE 110 TEM 119 ® t> T • Ill II 1151_!r�T� , Ka 6 N1 us I AC 120 NU AC um [ONNE CTE➢M FAWILY C.� .. ID • COM MT 122 140 m 149 2. DO . 12! j°. AN I 74r=4"=LTAS`�:r'•d%,am. I alorc Gn of YWII BEAGI anrt Ea. DATE 51x0■(!011 er *MO l xsTN STREET OF MIA STORAGE TANKS ads°RIP17�' Mat T. O IENENa0. tot 0 700L - ynya s OMA gar MT RaR /uy REE PUMPING STATION ma E9.E-9-(w 2. O 1EwMYl OC ON Tp 1!/S/1M a Mr■lla lar M 0.L 6 O. S. MOT AEIM 04/11/0. ` Municipal L Industrial Central Systems m1E 9uly EanmoL 9A11[l - ems ROCHA olalraE INPUTS DAs 4.s. i I, MIMS rwl4Law0.i.M.e.4..n.Dw me 10.11.511.141X. r. ._, _.�:.. 1 1 • • L aI • z n INT A-11 6LC 500 A-11 e C 93 T10S )e ur MULE MH RACK 2.SUIT IN )e • POP 14N3 V75 RICK Z RIOT CI ' 64 N. VFO N R PIMP q 1 taa-su►I 1 _ + Ise-wao-a �d•+— aar --oyv—'�' 00 IN8 Art" 53 mE O Si" IMO ereAr R ®c O "m mIr•m. NI edars e1 R IRI P-.0-3 3 ss rpnE 0 as.slu-t DPW IN9 TNmnIE 9) 0/—.1F-0- " IN1 R ® IF--® O s 14 _ I. G • 83 L D a ��� A � r ,^,� u w IN10 "ao"" 9 a0 m IN2 IREPUTE e. O 50660! .s e,vONG 12 •s-n�o-a sa �--IF_�' 61 IN3 "6-3121°1 az. 0 II-0- • °` INIt "RS-.0-3 , 61 10-11-0- .4 IL IN3 16-3121 . MOM 0 II-0- IN11 TAM"°ao Run Inez vev . 97 • % 1 6% ∎56 a CLOSED o--0 O R "s nY1 - 63 O 1N4 ","� as nm u OI VILVE WEN%CLOSED °' MALE 65 F---0/- O es INS PO as 'o TlmlmE CLOSED _o- O M ai sAO vL NvE ONO. 1 66 L o • 9I A A+ R''lwz rn• i e) V IN6 "ip� 9 I O R IN14 Eme t Al MOTE IrGtlm.L.m se v ` ■•.TRIG 13 0.1.90.1.9176 69 1-0- • e. IN7 w+c 94 14 IN15 IRS l � E 70 0 • AC 96 p • AC • O COM COM )1 CpCTES we 97 meccrcO tNnw•LLr f 72 98 9 74 91 i 3 • i 66.._; .Rr .....N.......... GR "o ,. S Ac EON.a REV. RTE DESCRIPTION NT 66.“60 CLEW Al BEACH etior 1. - w.w sUe EM war Th.." WV. • 25TH STREET GROUND STORAGE TANKS 1l,..,1„ sl-m. l z O NNW. W cN m I 1]/6/66 Wm.= . .N AND PUMPING STATION F.NE 1-s-tn s nEw'wm rnum , MUnkipal L Industrial Control Systems "mg ewe CONTROL P.O. NW° n''{ 4. Om= ROCHA mum•"166 [R S. (0670.01.1 . ..r....r..no*OUP..2AN•m ..............<_.. ....». ... I PULP CONTROL PANEL ELL OF MATERIAL ENGRA4NG SCHEDULE ITEM OTT MANJFACTURER CATALOG NUMEER DESCRIPTION ID NO. 017 PATE 512E NEXT SIZE RRSTLwE7SECONO LINE/THIRD LNE FREESTANDING NE VA 12 7224824 WITH KEYBOARD SHELF.3 POINT A 0"X 2 T? 1" PUMP CONTROL PANEL SPFSD-7245244 UICFLMpSIg-p/iNg B 1'%1? 1/4" TEl 2 1 S1-03FRERS LF-16 C 1•x1? 1/4" — 102 2 1 YINDUST LIGHT KIT D 1"%1? 1/4" CBI IKEYINDUSRSAL 113 KEY PANG"MCUNT NEW 4X KE000E/1WITH E 1•X7? W" CB2 3 1 PERIPFERALS PAL610 INTEGRATED HULA POINT POINTING DEVICE P 1•x1? 1/4" CBS 4 1 ALLEN-BRADLEY AR 51745.010 KN PANG MOUNT 0 INDUSTRIAL CONFINER S 1•X1? 161• CBS 5 1 ALLEN-BRADLEY 1745410 10 SLOT SLC 600 CHASSIS H i1..2i/7' 1/4" CBS B 2 ALLFTIBRADIEY 1746A4 L 10_07 9LC 600 CHAS'S 1 1"X I? V4• C06 * 7 3 ALLEN-BRADLEY 1746F2 SIC 600 POWER SUPPLY 1'X1? 1/4" COT 6 2 LLEN•ERADLE'T 1747-L551 SLC 5135 PROCESSOR R t'X I? V1• CSS 9 2 ALLENB4-ERADLIEY 1747-BEN BAS-�SCANNER E L '.'X1? W' 10 1 ALLEN-BRADLEY 1747-ASS REMOTE UO ADAPTERIJT UOO M X1/F 161• 6P1 11 2 ALLEN-BRADLEY 17451416 18 PT 1201/AC LGTALUTO TMOLRE N 1•X1? I W ;P2 12 1 ALLEN-BRADLEY 17450516 18 PT 120VAC LOYAL OUTPUT MODUS 9,3 X UT 13 2 HLLEWBRADLEY 1746408 8 PTAT*JILOG INPUT MOLILE P 1•X1? I 1/4' e4 lB 1 ALLB4-ORADIEY 17146442 4PTANALL 11.PIJT MODULE O 1'X1? 1/4" BP`S 16 7 ALLEN-B77ADLEY 1746112 SLOT FILLER p 1'X i? VI' > 18 1 ALLEN-BRADLEY 1605XLBOD 26 AAP 20DC POWER SUPPLY g 1-X 1? 1/4" CRP 17 1 ALLENORADLEY 7004F322244 24VDC SPOT RELAY - T VXI? V4" CRP 78 21 ALL@lBAADLEY 705HFB2A7-4 120YAC OPDT RELAY U 1'X1? 1/4" CR1 19 22 ALLEN-BRADLEY 703484115 REALLY BASE V 1'X 1? 1/4" CR2 20 1 AU,ER-BRADLEY 70144712841 TIME DELAY RELAY 1A-160 SEC ON DELAY w 1•X1? I W' CR3 21 / ALLIS4-BRADLEY 700+04125 MR BASE X 1•X1? t 1/4" CR4 22 160 ALLEN-BRADLEY 1492444 TERMINALS Y 1'X1? . IA" CRS 1492-FA36 END CLAMP Z 1'X 1? V4• CR6 23 AS R1B0 ALLEN-BRADLEY END PATE AA 11X 1? V4" CRT 26 AS RED ALLEN-BRADLEY 0282•E313 TII80NAL AAIFER CR3 26 AS RED ALLE-BRADLEY f1432-WPB16 CC 1-X1? I W CR0 -27 4 ALLEN-BRADLEY ABRADLEY 1492GH100 FUSE AMP BR BREAKER CC 1•X I? I 1/4• �� 27 1 ALLEibBRADIEY 149?-GH180 1046P BREAKER OC 1•X7? I 1/4" LR10 28 3 ALLE4.BRADLEY 1492-GROSS MVP BREAKER _ EE 1'X1? ' 1/P att- 29 2 ALLEN-BRADLEY 14924861032 SNAP BREAKER FP 1'X1? 114° CR12 30 2 ALLEN-BRADLEY 1492-0H020 2AMP BREAKER GG 7'X1? 111• CR13 31 1 PHOENU LGITALOCMETNA5P4}ST--ACV FRIER OPTC_CONVETTE111214PIEL MOUNT PH 1'X1? I vs" CR14 32 1 PONS LX-1012-PB-STM FIBER OPTIC PATCNPANEL 9 1•X1? W C 15 33 1 GE THOC1113W. 15ALP CIRCUIT BREAKER J1 1'X7? 1/4" CR18 34 1 LIEBERT P314OSJI-120 POWERSUREINTEUCTNE UPS 14001A LL 1'X1? 1/4" CR17 S6 1 LIEBERT RBAYCARD INTELLEI.OTRELAY INTERFACE CARD LL 1'X1? 1/4" am 36 1 EDCO HSP•12181114J I28TACSURGE PROTECTION MM 1•X1? 1/4• CR10 ANALOG SURGE PROTECTION NN 1'X1? 1/4" CROPS 37 S ®CO CRS-036 0 PORT TOR00 ETHERNET SNATCH SWITCH 39 1 BA WA LBB/A ENGLE RECEPTACLE IN BOX 00 1-X ITT V4" ONLY 30 2 WA N/A GFCI RECEPTACLE IN BOX PP 1•X UT 1/4" UPS ONLY 40 1 N/A WA DIN RAIL 41 AS REQ N/A WA . I 42 AS REO WA NA 2 X 3 WTRENAY _43 3 UTTELPJSE 215250 1/4 AMP FUSE 44 I UTIELR/6E 218.050 12 AMP FUSE 7 4n. DM OEwRl104 v ono= WwN1 • CUM CITY OF 111441 BEACH ,_•••,_OUT NOM I. - 44114/.4 smarm nss 25TH STREET GROUND STORAGE TANKS mar a�44m K 4. L WNW mum 710T MEM AND PUMPING STATION na.44 �' 3. s Tow CO anws ,, Municipal&Industrial Control Systems Tmi 1W mom sun ROCHA ML OF 14TCwcs awu I. 11. am 651158s w.a+.rw.rT+4w.r MON ®rm.. A • I . T . 26 •.gyp p VU MINER SUPPLY • I I LU n R NP n e ■ 2a CBT ] �l �O0 M 'O4VOC POWER SUPPLY' 1 , I/I P1 2 PM f 1•t]MP PII. a R P t- HI SPt „, u 0,— 0 i ■ 6 Cp 0 ]PM I [ 1 n • LIGHT V/SVITtlT ], , MC M O EINORIET T •]' ----I FIN% M�� NW OIaTaL 1NUTS at • 4 a a NP % P! • ]a • V11 nRH / MGT.OPUTS IL u 27 RIP U 111 T �{ r em ,ON 0ICITN 11,00 al ■ NWTELLISLOT b 3 NP 1-107 SEG OT TRTnCTi ' K 1.314 TI F�y l if 2.1 D IPS mil • z M ' n Ps` d SET 15 ° '-' NH ELECTRICAL ROX 0•1740 K E Ts PB —a =EP WT o-mm OPEN L %TB l6 f EN Ill I CLOSES aEH a Ha MIA 46 L C-4110114 AT • zx _ .T 3114 E anm Q 2B PLC 1 POWER SUPPLY IN I PPP AO-MX CAM 45 s 33 a9 L o- xa CBS aGSEO OPEN a �: xs P C 2 ROVER SUPPLY Sa L TprX-SOU 611111 TOR • s ARP L • Q o- T i • . PEN.soma alfiPlA1 n aae CUM CITY G OM BEACH waT VOTE%T. 6 Tna•PL AC COMM - /PBIa1 wwaTTIO nor slot SM. as/u/m 25TH STREET GROOM STORAGE TONICS—'a~iUHs I B. O mums a ON Sal 0 4A/a4 n watts Tor BNTn AND PUMPING STATION nes o s-s-me 5. TROT ROnS WO. , Municipal L Industrial Control Systems TOTE PUP CONTROL PAUL •1113 M. �'- •¢® CONTROLS r•.u.aw.w».ar...n.u.M.rvas...auwn I. _ ' 1 . MO Nan E t , -• ..._ . .... .. .. . . .,..... ' I : .• . . . . i . ! FIELD EQUIPMENT , . ITEM 07Y MANUFACTURER CATALOG NUMBER DESCRIPTION I I 1 1 ABB 624EGF2102DG11A1 PRESSURE TRANSMITTER PIT-A SUNCTION PRESSURE 0-80 PSIG 2 1 ABB 624EGF21020G11A1 PRESSURE TRANSMITTER PIT-B DISCHARGE PRESSURE 0-100PSIG • 3 1 ABB 624EGD21020G11A1 LEVEL TRANSMITTER TAG LIT-A GROUND STORAGE TANK No.1 0-30FEET 4 1 ABB 624EGD21020G11A1 LEVEL TRANSMITTER TAG UT-B GROUND STORAGE TANK No.2 0-30FEET i 5 1 ASHCROFT PPSN4GV07XNH 200PSI PRESSURE SWITCH PSH-9140-1 PUMP No.1 HIGH DISCHARGE PRESSURE SET AT 90PSI . ; 6 1 ASHCROFT PPSN4GV07XNH 200PSI PRESSURE SWITCH PSI-I-9140-2 PUMP No.2 HIGH DISCHARGE PRESSURE SET AT 90PSI ■ 7 1 8 3 ASHCROFT PPSN4GVO7XNH 200PSI PRESSURE SWITCH PSI-I-9140-3 PUMP No.3 HIGH DISCHARGE PRESSURE SET AT 90PSI ASHCROFT 50-7004L SNUBBER VALVE FOR PRESSURE SWITCHES 9 400 OPTICAL CABLE CORP DX12-065D-WLS/900-WB ' FIBER OPTIC CABLE 12 COLNT 62.5MICRON 10 4 EDCO 5564-036-2 2 WIRE FIELD ANALOG SURGE PROTECTION • 11 6 HAMLIN 89F1403 MAGNETIC REED SWITCH 12 6 HAMLIN 89F1400 REED SWITCH ACTUATOR I : 1 4: I :. . . i , . • . i . ■ 1 i .• i - . . . , . . . . i , 1 — I I Cy. OM OSSairnati SY mom eon 'eunil• CITY OF MIAMI BEACH WAN • Na ,. a...... .comm. - Asnsies MAST&MDT MY II0TR Wm. illl 25TH STREET GROUND STORAOE TANKS .„21Ol-PI...-0,-....--; 3. a Iowa. De as III . ,s/S./sa As mum MT 014. AND PUMPING STATION 103,10.3.3-11* . 3. T..MT "AT 113. Municipal L industrial Control SySteISS 'IOU POS.RA ysS4 ■. a. =MO ROCHA na a COSIMADIT .i Moms se 70111.idt ys,n.Aoses Ass maims mown. •• ... - - - i -- -- -- ' I CONTROL ROOM ��Sr, 1 I SCADA CONTROL.CABDIET ....r— CPERATER CINTRSL CONSOLE I peso- L SECOND FLOOR 7229 ,awfirg 1 ,.....,..... i ........... .-. UT agn". 111 ...=.. I II I r sal 1 �� I U l = MI —� lair 1 1 I I I I Oua 1 I I I I 1'Mt.H — -- -- - -- PLBLI's MEINA1EL9 P-L) I aq� I I TM,..... War LW Cora l-_ I PLC ° f_•ar:__ [UPS i 1a7 °cS°1- I __ __L_ ___L I +I 1101"111 Mt 10. NOM. I. T. cv. ems ocsw'noM um wlx *Vm/n '/ WEIR COY OF MIAMI BEACH am.am �.JO �� _ TERMINAL ISLAND — WATER BOOSTER-STATION .aK n24-11* • o. ' N" edfY1°mer TROY BO Wain. IL Municipal&Industrial Contra(Systems mat RECLNItlf Hama PUMP BOOM.PMEL NM A K+. a� ROCHA acaasaa dAma FANEL) acs - 1 �0. comets wu.+*rwo..n nos WO..W„Y.a,. 4. I MANUFACTURER JOB NUMBER I SERIAL NUMBER I ROCHA CONTROLS 2-3-110 I RPSCP RPSCP INCOMING POWER 120 VOLT 15 AMP AC 1 PHASE 60 HZ MANUFACTURER PART NUMBER WIRE RANI$ TO <I B/IN) ADDITIONAL INFORMATION () SQUARE D PKI5GTA 14-10 20 GROUND BAR J Q ALLEN BRADLEY 1492-W4 22-10 5.0-5.6 TERMINAL I--I ALLEN BRADLEY 1492-WG4 22-10 5.0-5.6 GROUND TERMINAL 1 1 W . 1 I..— } .. Use only copper wire rated 600v 75 deg. c for control wiring 1 asp T IR R PART NUMBER FUSE RATING FUSE IDENTIFICATION NUMBER ADDITIONAL INFORMATION • LITTELFUSE 218.500 0.50 AMP FU3 DIGITAL SIGNALS • (/) LITTELFUSE 218.250 025 AMP FIJI FUR FU3 DIGITAL SIGNALS �. 1 LLJ 2 p PUPS PAVER SUPPLY (/) LITTELFUSE 218802 I D IL. i 4 GJ CITY OF MIAMI BEACH IS.M, i+} WWII I. 7. Rv. MTE oESmeP110N m AOIN Iyasp� • I NNE 25Th STREET GROUNDS BEACH TANKS �y�y�p 3. L 1 11/)NM u SWAIM S00 NOIH AND PUMPING STATION P+.+C 01-10 OWL FR, a' 1 o Ia/npn ` Municipal L bduslrial Control Systems nllc SAY iSTN m ROCFIA °0D B. N. � ® 000TROLS w�fu1.ww Wir.4W aMA..IO4l1 A.NIOPMATION • . , PINNING I REV. OCNCRINTON PIACI.I RE, DESCRIPTION WWVC 11 KV. KNOMPTSON MA - TIRE Ma Mt - ENO-LISURE MAGIAN I MGR, CM - NOM VINING • 1113 - MOVING'MCC /102 - ENCLOSINIE DVORAK(KNO ACT) ma - OM.NINUNG NOD - ENCLOSURE DING..I MON PVC.) MN - CONMCIL WOG MO - 0141TAL WV, : CM - MORAL DRUM) CM - olorra..WW1 617 - AMNON mum me - MILIG WPM • CM - Yfil VINING 1 • . . 1 . i . . . t . I . I . t . t 1 1 . - i • • , . "t• • 1 I i . . , I , . I t t t t i . . . . I . t f I 1 .MUM MY. MN OCSOMMON Nf NOMMO OM MEM OTT OF MARI BEACH itiliOr - OVIVU MY MM.vat"."4" ./.... 0, 2. 3 MOM. OO ON Mt 25114 STREET GROVNO STORAGE TANKS iftlesittam,,. : i ivairoa as Wino ma PORI AND PIMPING STA110N MON Mi I.N-MN ; ! I Ma,.0.1 0/MUM 111. MUNICipit li Industrial Control Systims maa mu i. wisa 4. Nome ROCHA MOM OV WOMB NM I a CONTROLS mtammmiNLMNINMNM 1311.13MA•6.40.1.1. • .., .. ,.....-,.................-..... -.... ....,.- ......- . ...........-.-............- .......-..............,..............■,...........,....,,..........--..,....-_,....,-.... _ , ... ..., . . , . . .........,.....- 1 y — A J r P 3 d 0 5 W4 g 9 a A ¢� �- �"^ 1s a if a xs T `rERBE. e*xwcr nna.n _ - _ —m oi000 LL, m BBB 1 --`" ''' 1 ..... . ..... . ..... . • _ _ _ „, _ ,____,. ._ _, , _ USTIOILIT ON wisTWAL COMM TEa®.i rncmaT J SNOW nt CHUM.n OCT TO a.. Or De MOW..o RACSw-0.161.0 a — —_ —_ .BOOR m.waATIO.TO Bin VIA 0-1 SW ROLE UM A-.T+uncw*aai // „.....,,,,,,„. ___. Q.wan s.• I:rm.r.' , I....�' I I li I I�. ' I Imo, I �mRa mans I l'a'., , I Ii i i L_ _I L—;—-J L-_—J m. MR COMMON BY ayyp NM CU..' WATER AND WASTEWATER PSAMNT MI NM. I Rs-use rorerw SC R•-°T-W 1111 SYSTEM IMPROVEMENTS MIAMI BEACH.Fl. i 46-41-01 R.vWm. NO O.A.. ` O.R..F .A.a . Municipal b Industrial Control Systems mu.may a faa)1em to.Mr 4A(NJ I) a ROCHA BLOCK ouraAr� eawm —��' yonner CONTROLS ..OUww...T...n...No.NT.N.w...T.r. • I • pr1e 220 n �+auwraran wn.r 200 .—_-_ v.c---- T me sx.L r ...2 ^ a °'D 0°wm uw 201 w °1 221 MEMm.-.rwxs ran xm m mn '°"*"" 222 202 n 1�1 oCDC waa-K10-1301 mx u¢anl-me 203 III 223 224 204 , 116, ,am_1xem .m.mmx.01 KW a - ,na.110 x KM I .ewe. 12, 225 205 °m C 00.m 111317X0111317X01033 mm a ca m W.aar>® ' r.ms I nxµm o c°COKS7m'1 226 206 xa1 227 207�• 208 Lml Ir... 228 • n aa.. xs • 229 209 IS- 230 210 mar. 211 am i Lwuix ar 231 ,I.•�. U33 212 0 © 232 1�1 mM:•�TM© iovro ,a. rtn mt:•�© 233 MI :vA MI 213 r.+ga�uwaw 214 I�Ir n.. 234 e 99 .x. w 213 0 233 . A9azy 216 © 236 217 Itcn7 BALM= 237 scsos 238 218 mu.E > mew 219 239 auoa -- - i¢v OAK ocsce.aue so oum OM a� WATER AND WASTEWATER xa7ES. t e• -m w.-t..aa.a so a.-u-a 1� SYSTEM IMPROVEMENTS as � _ ac-m-o �* o.... MIAMI .....2 FL •MD MmACJIIRL L Industrial Control Systems mu,�=Lyzj 2y�y rwr ir..(rcr 1) °"°o i ■ rim ROC` uxxu rc KKK -22F-2 sro..' I mows .........$..........39»KKK.a«...1OS 320 300 yrA • 301 1Zs m• N w _ T1ee .:o 321 PC" n WARD RD n0-10. 322 302 4°'a MAR AM AAA ramp 5531-13 323 303 3 304 324 305 1a1 wv�r S a� -.ft.- "°v"g-avn .„�.�... 325 MA a n.sna JJ270 ESSVVO IISSim pj-IIw asJsm, MOD 3403AM si 3 306 326 307 acs m aw ORMOOLSAW.n LS xn 327 Li0_270• mU„¢ 3 308 328 329 THIS SIDE INTENTIONALLY LEFT BLANK 309 3 310 30 • 3 311 331 3 312 332 3 313 333 } 314 334 3 315 335 • 3 316 336 3 317 37 3 318 338 339 319 am Rfl, y� pr-a V as n I . c.c.. WATER AND WASTEWATER ORAL ODA KITED 1 w-up s.-a SO 551-0 SYSTEM IMPROVEMENTS ono y 1 Vie■ MIAMI BEACH,FL e w-�TST n..wans No wax ` Municipal 8Industrial Control Systems lnua•vs s OW ISO V.'V a►0'a 1) w�osoT �' „� ROCHA •^C Scanner CONTROLS ...se b....+i''.a uuss..a.uoa n. -— 400 - ——_ -- 420 -- - --- - -- 401 421 402 422 403 423 404 424 4 405 425 4 406 26 4 407 27 408 428 409 INTENTIONALLY BLANK SHEET 429 INTENTIONALLY BLANK SHEET 4 410 430 411 431 41 z 432 413 433 414 434 415 435 4 416 436 417 437 418 438 439 419 REV DATE OESCwmoN sr .maw un .2" WATER AND WASTEWATER °a°.s., NOTES. E sau-es n.-uumu.+SC o2-uss ,lli SYSTEM IMPROVEMENTS 1�C�'n9h365-aaoi e WO,. Rams.. IM mum ` MIAMI BEACH,FL t r.i¢ o. j Municipal&Industrial Control Systems nrts 22,22 2 1221 72x,a.a.,sm.O.N.0 s ROCHA sac.= sO°ao' -Ear a .x^ m w«e su .....-- 500 N• unN a xwr wn.c 520 lam 00 40405 ^Dais it MY 11FUM On amM 501 521Mfg ! 4eK ■ i'� 522 502 r"^"1A° VA" om 10 It • eT. rye 523 503 pasnw wneacoP • 524 504 sm9E 525 N•1 !I� ..s 505 wacE 4-20 n—^ 506 ma) _�� 526 cans Bass uuno 507 un 0 527 528 508 529 WOE 509 NO eNNUENRANNA 510.4 ^ .xe,,,• 530 510 t1O11 !' o n 100 oss m.�nss 9:09:0101 511 °n xr 531 EIVI 532 512 asu 2ME 513 533 Hilo r 514 (sic) eia 'U et OHM 4.-7.5 mm 534 s , on rse sna CH 515 en n" id 535 536 E0 516 O 537 517 538 518 539 519 m WC STD m1 i aN.l 4- axscmPtlmi a Daman a rs • ..-"T WATER AND WASTEWATER .m NOM: 1 x-11.35 aRi SC 0a-U-05 SYSTEM IMPROVEMENTS ans ^ e zarrov es w MIAMI BEACH,FL Y m 2 04 ssn.a.awr srA.pc+8 1. a. Municipal&Industrial Contrat Systems mu ^1d° ROCHA xwe .....7 'l4e x r— :=cony- r ea... .ar....not,a,„,a..,a.mM 620 600r 621 601 622 602 623 603 624 604 625 605 626 606 627 607 628 608 609 INTENTIONALLY BLANK SHEET 629 INTENTIONALLY BLANK SHEET 630 610 631 611 632 612 633 613 6 634 614 635 615 636 • 616 637 617 618 638 639 619 m"r, KN.oo�rc acsunmON ar mom wrt ° WATER AND WASTEWATER NOM: 11-e•.-m.aiw s o'-n'm ' SYSTEM IMPROVEMENTS i, "VA r a 04-07~7 R..itlm. .a mot , MIAMI BEACH,FL 0•0 Municipal&Industrial Control Systems Mt Nrs=(aA rA(Pa,y,rump s 11 +f • ROCHA 35115550C 500307 sinr I Seon, CONTROLS mr.+...`+:..a...'. n.mmaw. 04 Id AO 17.11-416 NUR(n)■04/1x0 wt 700 U700 720 am a 0au 7011 mo-.n:ewu 11=®18011 721 701 1NI1 OsJm ina an. Re" 702 1011. J rtu »s 722 703 -r CLAM. 723 w zn ) 1?.. 724 704 sdeG 725 IOU T 705 S 726 706 ° °ear 727 707 T ?d 0a" K 728 708 - R9 inn im 709 -8- e x"-278 729 THIS SIDE INTENTIONALLY LEFT BLANK 710 "2"_'-'4'.."°.,, - ---• ` 730 " 7114'. fpf.irx RCA. 731 Ui 7n _92m ny r 732 712 • 713 °.u- - ---€B Po t ver.a 733 tame NO V&A amml > 734 714 xeM 735 715 716 - �_P"8 I ,,,,„_ —, MAL 736 7 717 737 7 718 738 739 719 won 1FV. WS maw= R mom roe ,•, arzMr WATER A I WASTEWATER sow ■oi[s: 04-11-22 094/774 so a"-u-a1 SYSTEM IMEACHEMENTS °e"%. io-anu. e ae0-a0 NMMms x0 oexw ` MIAMI BEACH.FL s �. aam SMunicipal b Industrial Control Systems mu,m 0 1s=)0.40 se NY!su,(MP)) . .2t.4n. sa)su"x X01 — 2 Scanner [Wpm ..e �rrw.`rvn MOA...e1..!.a.•. ae - - .e a. 1220211W-M011 LED-21212262 800 820 - PIT-A_0260 TUT-A-92107 ^^POMO_ Met LOOP ps, 801 - ems.'(-1=m' _5��— e-w- . 821 _H_4. .5'^_m I 1s___s CAL � 1 .011 1u1WT n°u�nrt.1250 Nnme ,,Nta1 1411.11.1 r- a1PUT 117.1_310 802 J •`-1i!Lt._ °O 822 J _v"' 1 a a_, 823 —s-' 803 .o7Ec,ro mm 1040-a 824 .oars mo-m-u 804 mw lelo-ie-u mr1 IMO.. AO I ALPO mm-s4 805 u a� a- ,�/ 1�� 806 '" ' '- 826 m1111< •U a .___ 807 °1D),. 2 e 827 °T.>v---T - 808 811 9260 828 [ _92.o INLil•118 POI.LOOP eas MI 0-1 1 MO 829 ^ mde-H ®- 02414412—ao..1 809 1313(1_RI_ -'�-.=1 o-,.aa.ieRUU I I m1 4_ I MOW OM =In 1ID„ ,, iM-a Wile( 810 11_-lj�"a- 7 . W re*a eiw 830 ,r tn--lj S"-OL- 7 . " I urama °y �r b ti b ■;._; 831 -o--' 811 832 812 se0Les>zm.N -n0=11 m�ulo-au .1ari i u 833 men 1e10- 1 mat u 813 U 814 ..111i C r 1m 834 .,lm . ,- 815 °I.) T v 835 S126,>-,,,,....--,T e 8 816 836 8 817 837 8 818 838 8 819 839 REV. oATC 0620211421014 BY 004210 MR °1°'T WATER AND WASTEWATER 1131,°." NoT[s1 1 e.-11.4 N-We.11ti 1c ..-ubs 1� SYSTEM IMPROVEMENTS , e 4e7� .was ouml _ MIAMI BEACH,PL r 4s Municipal 8Industrial Control Systems mm Tns 2(n)rsm a PM.sra.0'T�0 ROCHA 10x2.1 SCOW I eTm a Scar CONTROLS Saa c wbT.1..T..rine SWAM.1x....1.0. II VC CPC r• K 920 >l'VI 900 e,,,,,,,my. wnuRal•Vow... 921 '' .1!-H-V- 901 awn 902 vrs I o-soaa ®. am s• -0 ve.• 922 V'¢-V-1‘69'- d I AM 903 ors a o- '. U c.7v -0 vra •"as:_ 923 —°�-' 904 vrn 0 o-nu ® ^1E 010-0 vrn a /VP t WW1, 924 905 '� VANE see¢ 925 ' srANE 906 Vona - 0 ma MIL 9060 926 p11 ' '- 907 erns • B MIS sews 927 °rI-T-O v ." VANE seat 928 SIVS MI 908 • .T . . . "•,. 929 Ina■909 MI j c"'0V 9 910 930 9 911 931 9 912 932 9 913 933 9 914 934 9 915 935 9 916 936 9 917 937 9 918 38 9 919 939 __ WATER AND WASTEWATER OP, ssv.wau common n LOOM art-ubs ,• SYSTEM IMPROVEMENTS M NOTES. -4"'1.2444 SC ; MIAMI BEACH.FL . rb-.., a °�" O..M,... M0 Ms. Municipal 9 Industrial Control Systems mM.pn 2 00 isn,59.PUMP S9. (PV 1) rANS Y0. t ROCHA soxuuTIC s06IDr �r wi =aver CarR0) .....moo.+ 1M.•°SANS••.04.17.22 Kin.A-nASMS SOL 71,33,24" oonoe2 CDOe SS WM A.aE ODOR WAX A¢L 9x01 AO= neu PAS el(DSO 24.0 1 36.0 I ucNT I J LU O O O B�9Z r i = 1 rill=77,3111 os mat..rt I Li Ea rn »®EEO m 1 � � I H I AixrsopRD �r $1 AND 72.0 SRLP 0 U I 60.0 I - L J I. 7 o n o i UpS� L UPS I L UPS U APPRDL LOCATIEN Of 22,RELATIVE TO PANEL SEMI VIEW mein(VIEW INTERNAL PMEL PCTE. UPS IS LOCATED INSIDE EICLOSURE L IIAIEPLATE I-I/2 i.6 I.'VPS 2 492? RV. DATE OLSDMP NN BY DUawm °1°'T WATER AND WASTEWATER 6°` KAM 1 6.-1-ss Ae-V.saaao SC afiN-DS ,� SYSTEM IMPROVEMENTS 2 ee<rs7 R..mN PS Maw MIAMI BEACH,FL 2I Av Municipal B Industrial Control Systems T.T.YIPS t(ut TIM A.PIMP A.MP U OWL Nn ROCHA cnetosunr Ass PANE 54e. —Mr s xawr COMM m.a..wAwr+.2.01.um WA.%M....re IU te O AC WIRING ONLY 0 p3 2x3 WD I 1 of n — — LEVITON SURGE 1—w SUPPRESSOR c(iw 95 AC TERMINALS 5 o U m N 1�Iy,? Z II 0 2x3 WD AC WRING ONLY c ce EE I x < <1.1- O Om a. _1 l/W DC WRING ONLY 2x3 WD J O _ ++0 a- n a Z x p I 0 6 DC TERMINALS w S _ ~ U Q $ W S G oam U, w L. DC WRING ONLY 2x3 WD u N J — I N" n FIELD DEVICE ANALOG SIG. TERMS w zc i' N o ce W F> > 0 O [ DC TERMINALS o U pp c =O - D W i SURGE ARRESTOR CC X 0 2x3 WD DC CIRCUITS ONLY o 0 NOTE . DRY CONTACTS FOR VFD INTERFACES ARE PROVIDED IN THE A.C. SECTION RELAYS. : UL 508 PANEL NM U TE 0555101105 er ormxm 05050 WATER AND WASTEWATER PEW .. Mom: r a-M.s m-wmM.e sc 7-11.2 ,. SYSTEM IMPROVEMENTS e 50.0-7 e«mme .m MIN MIAMI BEACH.FL Municipal&Industrial Control Systems rust.5 2(52)75e:p.PUMP 2050.(0550 11 a° .7. r. ROCHA 11130.x21.LAYOUT 20010, g 2 sem.r Wins NO LA 0.,50..., 2x50.wxa.11MUO500 37.0 17.5 17.5 " 1 0.5 3.0 k\\\\`\`.\\\`\`\\N��`. \�`, \\� ��®' 7,0 1 PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY IIN \ \ \ • \ ' • \ \24.0 I� \ \`�` `\\\\\\\\\\\N. 13.0 I NOT USEABLE \\\\\\\\\\\\\\\\\ \`\ PA I A/ /k\ka\h::.\\\\\\\\\\\\\\\\\\ Ai ! _ - WM i 2,0 1\*1 OPEN AREA 0 CLOSED AREA 0sv. DATE oSSUVnOx 0 MOW 0—, WATER AND WASTEWATER r� x0751. 7 0au-05 a-e+vu• W 5h1�-55 SYSTEM IMPROVEMENTS z os-07-07 0..eivv x0 NAM MIAMI BEACH.FL 'JY•O�t`]-00oi i I tt,.w. I ` Mnicipal L Industrial Control Systems mu o aa7.z I th:ec DADA,r,p i ROS CONTL ... ....,n... v.mmax rer.m. °A s' a °' 500507 — , MOWS°G f I ' C A 1 S� d PAWL P Uo ease ��p1p°�r _ nmarcr mro�w 1111 II .1 i 3-Cop.,m �° ❑ aao fl m I _ _ _- __. ___ ____ __ _ RISVim VEICEE>a MUM.02001101 MM. Esc* J PLC mwn DV m KW• ..l.MOLLY C \` mate" IF M VIM.MN e.ru}-0.mns.EQ FIIME 110usnum.rRinPMS I '/ -- -- //� RAACO°I/O m.Emw�rmm N WW2 VIA Al- UV MOLE SCE Al P33,31033-131-03a0.C.lIE // . awn- Y.. Im, .'I I'**.'" o1 oI I�° it I ., .- 1 l __J l mn.04-11-33 wrE IaESCawiox Er 000im 0011 n nw.�mm WATER AND IMPROVEMENTS ..°°"e,_ Ila e._II� ,� SYSTEM IMPROVEMENTS im monm a 00-07-07 MA's MO m... ; MIAMI BEACH,Ft. i.' S �'0011.NM PPM Municipal&Industrial Control Systems sins,,s my mmrmmr,y rmr srL spasm s mmmrc. ROCHA I$ 3 marm ouwmui a'Q, I Acme, commas so................,... -- a.�'---:m.c---- me o 10-13-104 220 re M e..o TA IT-MNIPSITUMET 200 vas- o - as INNICINCr p°°O soa omao "0t LI 201 0i0k. © :�wr 221 110.Pal HAWS. 202 n a�i '°�' MC 11.13x- im-:m" 222 1110 sUSmc 203 �OW MA a.wessa 223 u �� t .tree4 au.-n ea 224 2013 l'dl'e7i IBM NM WAN e rave a ltreoa 942 04W en. 225 205 I'�°" =='am esserotam Neo wm 206 toe(ruru7® p nta I i miwe-eona°me� 226 PS •- (an7 207 ' PPS SMUT 227 208 w �°.p"oauno 228 N 'TA "t • 229 209 V 210 • !sue 230 sae. nu .rn"r.ar ert 231 .. 211 a =es ra:I © MIS"= oene PM 141 em41 232 w !�s au � ,'•© �w�ae } 212 ,a.. 213 mom© ...em m" 233 tai ..'Ea. e u."a un rum aulMppur she s.e �KK p 234 0 214 - "t4 car mu 235 cm 215 sa. 0 all 1746-0 © 236 216 217 237 VLC217 acw a N1T m 238 216 MT eeee ic* 2 219 239 Ixa�002 1, raanr WATER AND IMPROVEMENTS eel CMS per'' a'� � rylppOm SYSTEM IYPROVEYENTS NOTES: r a.-u-aa.ruumo.n SC MIAMI BEACH.FL ' -0°°t a 06-47-07 fievisions 144 MAN Huricipal S.Industrial Control Systems not,Sys 3"tweeunmr eut nr sTa. Wit 1exec00 aner I ROCHA CONTROLS :»... r e.r•Rc.wrae,a vu.ww.N. SCHWA= "6320 '� : e4 noo,zur11.*+vy 320 300 tuatitoeLee JJyR �i pool gee oec le.R 301 1�1 ' —— — ¢c v�iamc io-izw 321 nm'sut'n"'Ter 322 302 r<1 ae eeseu 303 C-a i ------ 400 420 — —�- — 4 401 21 4 402 422 4 403 423 4 404 424 4 405 425 4 406 426 4 407 427 4 408 428 409 INTENTIONALLY BLANK SHEET 429 INTENTIONALLY BLANK SHEET 4 410 430 4 411 431 4 412 432 4 413 433 4 414 434 4 4'S 435 • 4 416 436 4 417 437 4 418 438 439 419 _ REV. eAtc eewemue es Kamm wn cum WATER AND WASTEWATER w1-05 As-we.e.e SC w-o-a ,� SYSTEM IMPROVEMENTS T$,".• '"`b•s3�9-cool I 06-07-47 a+wam MIAMI BEAOHI FL I�, sons. m"'" ` Nuwicipal LµndTSYr al Control Systems ...3 s pal«oumem qls np a� 06 W. ou ROCHA N =KWIC u0°s°� Sta.., coismis _ _ 500 u 50 520 oss ssos SOT. YI( M Vt(4)4-20..4 501 521 502 vMZ 522 503 87 523 504 524 5 505 525 met 526 Ha* 1 506 507 527 5 508 528 509 529 THIS SIDE INTENTIONALLY LEFT BLANK 149K Cis 510 RAM RICA i'� SE 4-07.a 530 AM e m Im 040 m 1..040 511 (070 w� 0 x°00 531 512 532 513 533 514 1p1U su4 iI� �14 w,a 534 ^x ID MG 515 (1101 Oa O 2102244124 535 5 516 536 517 537 518 538 519 539 KW 0411 0(ax.0mll IT ammo C11'" WATER AND WASTEWATER 00 MOM 04-00+0..-wawa 01 04-u.00 ,� i SYSTEM INPROYENENTS W.1y a 00-07-04 Revisions as .re.n MIAMI BEACH,FL e a. sa Municipal l Industrial Control Systems 1071.w,0(01)...Hoy RIF O ly w mi. .trta M•s ROCHA sCM[ua11e '00107 —°er a Wows 911910)_5 ..y.........^,44 4 mos.4v.r nn. -- — ---. 6 600 620 6 601 621 6 602 622 6 603 623 6 604 624 6 605 625 6 606 626 6 607 627 6 608 628 6 609 29 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 630 6 611 631 6 612 632 6 613 633 6 614 634 6 615 635 6 616 636 6 617 637 6 618 638 619 639 �aT WATER AND WASTEWATER I REV. OM ppsCltlmON 0 emus o04 SYSTEM IMPROVEMENTS Y xatn: ".-N-07 as-m"mnx"sc -nom ltrIrA14�9'90'-aool Om-D7-07 " 111 MIAMI BEACH,FL ow.w Nun Municipal b Industrial Control Systems nsss 3.3 a 1st�ppyµDY 613 33,STA ROCHA smmaTx: 500001 �' Rymer CONTROLS 4.1 ...SM.lay. '1'•^w111.3su 10,.013 P4 se - nno ios/nm as 700 720 �0 2.01 m asset ACM.,°'A211 [mmmder 721 701 1�s .__.e.d.___a sy� .a s 702 sn• 7 mu v 722 723 703 `�� yea 704 (ail )----M1 724 705 Cr iro. yea 725 706 x s yea 725 ∎.1.22-2_071 72 w�^^� 727 707 --......e.--.6 ui.A.mnaam.w a>a mu 728 708 = ffi uu_an ..owns 729 THIS PAGE INTENTIONALLY LEFT BLANK 709 .___. __� '� �4 un 710 Om. m'° oeti.t[a 730 75I.4J.0751 *I• 0021106.0202,21110,2 731 711 •---�+'---- ' asset _P SEA[ 732 712 • T yea[ 733 713 2221. 734 714 ^ �� 4!4 735 715 716 ml. ^p! SEAR 736 7 717 737 7 718 738 739 ` 719 axe i REV. .II o4,0.wx BY =MO ^AS axxr WATER AND RWASTEWATER rm, a-u-as..-ta.tsa.0 sc 04-U-0s l SYSTEM IMPROVEMENTS , n .nets y�a� e ora7r %Mass pawn MIAMI BEACH,FL wesos I e.en I r.VIM RO.Municipal&Industrial Control Systems TITS ws s hsl NaRaNm3 q1[ti 4f.. awm ROCHA 0.,,n.n,,..Ow....m,. wmuirc am0 sca... [L410045 n.cn.4+.444 n..,�.ww -z. 8 B00 820 8 801 821 8 802 822 8 803 823 824 804 PIT1S3e0 PPM LOOP CA,0-100 4-20 Psa 825 805 'H-�0' as s I I aalw 116°06 s 826 806 V 6A-L,-.41.- b .•j4"0 827 807 _v- 9NZMangtl !OW%1°0-° 828 808 076.1"WO-2FM 1010-20- 829 809 6 '- I 810 0101 -11 a ,- 830 la a 811 °u6. 7p0 831 832 812 PIr�S36O Pegs Rr fumwsoR.wrmt Pma7 war "3"_ 3_ ..�/'-1° aUirmo-:I4-m:,. 833 813 H- 'J 10mac a.wa.uw■a 76.w 10 I I i I0-05 cm. 834 914 I n4_ 835 815 816 .mu warzna 836 a-+6. Ms.110-20-03 837 817 ° m0-°� I� 818 °1 u 838 v 819 Q19).. 1 839 °✓r WATER AND WASTEWATER ::°." i W� " n ®'� 7.n 1� SYSTEM IMPROVEMENTS re .arcs I asu-wau.4 ac a-nom 9NSC'I&X°0 s t-7771 a ��� owx ` MIAYI BEACHi fL r01. �_ Municipal&Industrial Control Systems 1115 ws a lssl IgmWlar me P1!SrA ROCHA .°I W% We." —see— a =al„„ corms a l.a,......001.01 ...w6..63.66. .s O.M.n.ti — v. io 920 900 9666.II Y,lM-0Y 901 '��.4-.44. 921 10.411 902 vro A Q. la um t -0 vro` SILIJEZZIOI 922 903 `m^c 0— LI 6811 E"-0 V"R° YOLLICSIMIEI 923 +a+ l SPARE VISE 924 904 SPARE • 905 aARS wiA la ME SPARE >feeE 925 906 arc Es.AA arc >ceE 926 Esi. SPARE YML 927 907 arc • 908 VW se!A j m SPORE E¢1E 928 909 auc 0,4 ® OM SPAM zeta 929 THIS SIDE INTENTIONALLY LEFT BLANK 9 910 930 9 911 931 9 912 932 913 933 9 914 34 9 915 935 9 916 936 917 937 9 918 938 9 919 939 REV.salt OESORPINN W Room o.R °°r WATER AND WASTEWATER MINN n s0-urs ,� SYSTEM IMPROVEMENTS NOTES: I-w,a-wmu.a tt MIAMI BEACH,FL ' 16-pso' e as�-os zln..:: 0o,Rue. ` . rrn ay. Municipal I.,Indus trio:Control Systems 1ms.on s(w)epplµm i.e I mI Std ROCHA + WOW 'a' • a.n+r CONTROLS A•wer• •4••••• ••rMMSAA MAWS,. • DrWa arnsoWl6 NN,W6.->,.113.D NS 9P.a.N rn6110. ;.Ae UM SIM Tye:Mks TVS SINELL OCCO U.S MUSS 29.0 I 36.0 .,F njin u O 0 B 9.2 ___D wv Narlr>s, -, r y nrns«.'� r *ATE L _I Ira 07 CO J I II I 1 NEYEOARD sr, NEYDORRD 72.0 SHELF �1 AEI • 60.0 4`J� II i L 1 I p - 7 on � —� a I I UPS1 L UPS L UPS J APPROX.LOCATION CF UPS.RELATIVE TO PANEL SIDE VIEW FROST VIEW INTERNAL PANEL NOM UPS IS LEGATED WIDE ENCLOSURE I. NNIEPLATE 1-112•6 h'WPS 3 193Y REV. DATE 09007IIOM n Rmw[R a.6 a![MT WATER AND WASTEWATER MY NOM L 04-11-5 ArN6aN.N SC 00-11-a 11111 SYSTEM IMPROVEMENTS �NIaRS m 2 0.7-00 R..we'R ND puss ` MIAMI BEACH, FL es.Ns U. m. Municipal 8 Industrial Control Systems 'TmS D9a s(75)I;00NNOT 164E pg.$11 moo ROCHA Or O6NRE ALe SSWONn 1 ..... —Neer . sco..N. EWLTROLS NI 41..>rn.R.....4Ae■MO*NY 1111.1.0111. g O AC WIRING ONLY 0 g ps 2x3 WO I AC CKT M =AC — — LEVITON SURGE BREAKER CIRCUIT FUSES AC TERMINALS SUPPRESSOR AC CKT BREAKS S — BR AKER cn z o II 11 z CO 2x3 WD AC WIRING ONLY ce Np a iCCi o C N x z M a K_s X ,_ Q A_ W U a mi.?, L'al DC HARING ONLY 2x3 WD N >- '.:9'o H FNLD DEVICE ANALOG SIG. TERMS sr :=4 j C C DC TERMINALS U ° Z SURGE ARRESTOR O 0 2x3 WD DC CIRCUITS ONLY o NOTE ,DRY CONTACTS FOR VFD INTERFACES ARE PROVIDED IN THE A.C. SECTION RELAYS. UL 508 PANEL ..41OTe�. OEV. DOTE xsCmmox n omm , Q1D. WATER AND WASTEWATER NOTES: i 04-1143•s-wmwa 0C 04 11-03 SYSTEM IMPROVEMENTS �n00 y �MT MIAMI BEACH,FL z 0s-m� mrvwm0 N0 ow ` — 0n. . ' . WN. Hurvcipal L Industrial CanMol Systems rmE�s s(ss)Naw�Nm en<ti arm ROCHA ...Af urour °03O '>� s SCevn CONTROLS nn frrw'ew.r unwemw...ANN. 37.0 17.5 17,5 0 3.0 \\\\`\\\\\\\\ \mr�`\ \�`. \\ \�®1 . 7,0 PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY 1 J \` \/ \\\ `\`\\ `\`\\ \�1 \ \ \ \ \\\ \\�\\•\\\\•\\\\•\\\\ \ \ 1 \\\\\\`\\\\\\\\•\\\\ 24,0 #/iA \ \ \ \ \ \ \1•\ ` ` \\\`\ \\ \ \ \\ \ 1 13,0 \ \ \ `\\\\\\` \ 1\\ \ \ \ \\ \ \\\\\\ \ \\ `0—II!- W. VW 2.0 \\\I OPEN AREA / CLOSED AREA . ._ M. DATE DOCIMOM e+ MOM CLEW WATER AND WASTEWATER raoa NOES. -waive= a-u<a ,V, SYSTEM IMPROVEMENTS 9Y .�0001da3o`i-0001 a «�� wwea.. o..e.. MIAMI BEACH,FL n... a+ Ncnicipal 1Industrial Control Systems mg.,s(.3)UOfl V I L M ar. d.® ROCHA woun wc.r mac SOO W •,, xa... COMM e..a..u..I.Um..ram Haas,n.an.m ■ r - - 6 JL 13 b ,, I ° (E1TFR M m d 1 1 ..F: mover syinml NN . e� I . —m 1 d� =u m� ii H- QR POWER lit3f7tOUTIRI SEE PAGE 3 UK 2.7 1101.21.CIPITYTEN IMO. ALLEN WOW Or Ile nos.WI OAOSImtE4RRECT ` \ i// FI PERIPICIALS I i — — —� //� XEV ItfET @mMICATOTS m W10 IRA Al- sm AMU USE A-s M 140E-1-M.GIIE / �� � .__ m. CATE o[wm•TION m mom cm .' WATER AND WASTEWATER CANT NOTES 1 04-1-05 A.-Ins*a •m'u,°s SYSTEM IMPROVEMENTS TOW*.T�oi-o MIAMI BEACH,FL _ I m"0'{' °i ` ° Municipal L Industrial Control Systems mu,sa05µ01st srll¢r, ROCH macs 0NOM 5pU50T ---&—' S W.s..T N11100 MINA MMU10 i. 0501.• CONTROLS 1T0 W .w. 200 A—---1P03'.;:----_m 0 rn�io-�lu 220 03 nu- UL noss 009139TH° S - 02233231•.322 iliM awns.19 Sitrr p30.0 09930 221 201 1 %.r IHOT 510711.5 5-09.934 IIM ran 202 EM1 302' ® 103, 222 ow xaac A ow 223 203 . e a CM, D OIL! Ai M005 300-n sr 224 204 1.5I791 03703 aaM. em. a _ 1.15350 534005.57 I vs MU WS_ 225 205 =C=14 x50 em1000503 OM 5v1 ml 035 01744) s rv°°- a 226 206 aI� B xs - (al 207.0 c•s 00937 227 2C8 031'7 ono 93-0 228 53 • 229 209 mu :% ~` 230 210 ;=MIMI. na. nu OD m serozcsosioal 231 211 aaa.w•na _unx„_ �°' 232 Iii 'ai. o ff© 9.im°un 93`99 En OEM 212 m« ogre 973.5 EY 233 sat 094.us rus 233 Ilm1 a". C� 213 8��7© A 74-10, x i[9+ uvs x955 o 234 ° 214 141 9« BO v am, 20055 m 030 235 pm zts ° ..a.-a. w,. 236 216 o - 237 217 Kctn 170-1151 238 218 C > 7)x30 5Er xxn. 239 219 5n O5h oou 03 00359 are ,. WATER AND IMPROVEMENTS ,„5x°11 x0730 "3 a-0-m As-0.0.30.0 ns u 05-uas SYSTEM IMEACH, L NV8"1°ISidl-aon.• MIAMI BEACH,FL e a-0333 •ww�. x0 0350 Municipal l Industrial Control Systems '303.5 w5rs a as7 5155.57 a. ROC` 5uma7c 1 Om M. PAM 500307 -sr- a 3Com CONTROLS we 494944499.4 74545.30 not nx•ss<.0.0.5701. 24 m2 320 300 n-".'0.262y ano.__u1J_..rz_ �,, ucc.Ua2�.o-im2 321 301 •- m INC 5101-0500° Z5 puc ,,,-322 SD 302 m° ��� 3C3 o-e VC'1•-0 m vr0 em.0 323 304 o-8 &'•"5o v<a ilazom 324 TU 305 o-'ma1 1' ----0 m WO su 325 326 306 327 307 328 308 329 THIS SIDE INTENTIONALLY LEFT BLANK 309 330 310 512. -22.2.9472-am c 331 311 ..r��}--6- ——Y0'"I_°—° - - 0122.�20 rn'�j 115_A.9�rz AMR 13ANR I rre■Ems a+c '- 332 r 1 51510 ..�,,,,. 4— 333 313 �--2 R--- mDCC 10—Y10-1202 334 314 335 315 336 316 Bes aesern r� 6111510151 �-.""LCCymu r4 337 Par 317 .---Ear 1 r. �r6"crc _ .M. 1.222014%42-10 338 318 WADE CO.0 aw 1051 unr su-n 339 319 cux' WATER AND WASTEWATER ra°�eC ray. 6.00 6[sanrnal DC Dorm um l • SYSTEM IMPROVEMENTS 1 smcel 2 0.-a-00.20 I*0 00 O'-u4s 1 _ MIAMI BEACH,FL z osbl-01 .. . .0 e0..2 , 2420.rn .. r. Municipal b Industrial[6121201 Systems 1050 0205 04 Cor sr0m ROCHA.511 'anAn 0Cm - s ,,,,,, =Mu ••...r,...•• no mats..mu.R.. 4 400 20 4 401 421 4 402 422 4 403 423 4 404 24 4 405 425 4 406 426 4 407 427 4 408 428 409 INTENTIONALLY BLANK SHEET 429 INTENTIONALLY BLANK SHEET 4 410 430 4 411 431 4 412 432 4 413 433 4 414 434 4 415 435 4 416 436 4 417 437 438 418 439 419 Wart ew.owrz oestamoN sr comae ams • RM.' WATER AND WASTEWATER nos mo NOTES: i 1-os•.-Inst..a So or10-as SYSTEM IMPROVEMENTS �mao� � e 06-07-07 e.niae' No 0000+ MIAMI BEACH.FL on se. WO.l av Municipal&Industrial Control Systems i 1,rysµ4100 srsssr o �y �f s mmmc ROC` �.. acmconsc Seen., CONTROLS ou....w ua*r vn.nw.Nw nuwm. _ _. T .2. 520 500 - m 12 �0s2 ewrs(4.-m me 521 501 mA �� 522 502 �"� 523 503 wAM 524 504 525 505 Yoi 526 OA CE 4-m. 506 (el "� v0c a m mom w 507 (mat -A' — 0 527 528 508 529 THIS SIDE INTENTIONALLY LEFT BLANK 509 m2misureOWLs 530 510 (me) °“" "� �Mrom,M0 .200 531 511 (mn ca — 0 532 • 512 533 513 514 <"oI nm i'� rut «m YA ' 534 rut 250 mrs 515 On) � ma oe°' 535 536 516 T 537 517 538•518 539 519 qtr WATER AND WASTEWATER C.. REV. DATE oC4402.1 BY ersMm • SYSTEM IMPROVEMENTS , ,r MMSw� �_�o� MOT. 0 0'*Mrn uw m ew°'os MIAMI BEACH,FL , e 0°"p1�s °A °"� Municipal L Industrial Control Systems n,U nneSµ::SMMB[t o.a. ROCH snxumC 50030' an. CRUM Ko.,„ CUMT50LS Y.....Y wa.... °""MAMMY°'0000'" ___ 600 620 621 601 622 602 623 603 624 604 625 605 626 606 627 607 628 608 629 INTENTIONALLY BLANK SHEET 609 INTENTIONALLY BLANK SHEET 630 610 631 611 632 612 633 613 634 61? 635 • 615 636 1 616 637 617 638 618 639 619 yn a"' WATER AND WASTEWATER °°1xo Rsv. DATE OESCRIRle11 IT RaN,Nm a-c� • SYSTEM IMPROVEMENTS a...oC01R"p1$s _u NOTED c O O-0 aa0t.naeaa MO .x MIAMI BEACH,FL nee. r N: -0'ro' M°0"a M0 °a° ` Municipal b Industrial Control Systems mu ms sA 4,,,..„„, em- soosoT Saar 1 ROCHA WIDAATC a� CONTROLS w.mr.�w wr.r. WO nws«mr,.w i. SCVm• 24 N0 700 u7ao 720 701 a:_l 7014 am 7m. �.m 11.02..wa a v',r�a cu.; 721 SOL ,,,. 702A mn.. 722 CI-0-W.702 -0a•n 703 • r ai T-n _1 n.1y,n°O•" 723 7014 um) n•• 724 704 NSA peat 725 705 706 • T WOE 726 Tau ...7nn...11 727 707 ...14.1.472_70 . us-s_.n 708 7oN .um MA ES us�s.n m•,vA'7ao.'.os728 Tau _7.wa .RA 729 THIS SIEE INTENTIONALLY LEFT BLANK 709 -s•a- sAUasn mA n_nw 1 730 710 n....17n .7a.•*• 731 711 --'+--d "�'° .-11-0n,., wA Hs 732 712 ' ZEE 733 713 `1 714 �' 734 715 n n se_ 735 716 736 7 717 737 7 718 38 719 m OATS 739 WATER AND WASTEWATER rm7 REV. wrz onaamo. .y aa7Aa a-u-as • SYSTEM IMPROVEMENTS 1g7p� a a-n-aa.4-1.4.4110.1 a ..' ¢ , MIAMI BEACH,FL °� -0°°s a °i�7" °� ` sm °WM , Municipal&Industnal Control Systems „14E.YT,,..i,,amar M. ROCHA .s.........+...a... :cssou7m saosm —gar a mac 7...u....w,>oM �ai.� ilk I w4 0I 44 CM FIST 800 820 Flr_E40 �MN.,.� 4.mxxs.rna MAR Nx 801 821 " -1-1-- .0 `2O>w '� , I I niJ420 802 822 a..) - 41r o 823 A0 - 803 J 824 804 MTJ,94E0 MEG 1 605 • -f w�a4 825 II 420 WW2 E40721142221E I 1 NTIi 1112AE160 806 /N0) -FIN—�_ '", 826 807 OM !.• I 827 J 808 - 828 MrL9w0 0EQ LOW a 0-100 MO 809 a` -f-1—zT 0`'17.022 4-20 2+ 829 1 1 4-20 WOK EM6EN.M9°ta I I OMR I22_12.2440 810 MO 4)t --'1 °MUM 112a11 830 811 9.0 ! 81 1 83) 001 J 812 - 832 8 813 833 814 834 815 835 8 816 36 • 817 837 8 BIB 38 819 839 REV. DATE OEECMIlWN ET 000220 040 CU°^ WATER AND WASTEWATER °..N"` NOTES: 04-utis Ax-1vau04 sC 04-11-03 ,� SYSTEM IMPROVEMENTS x, 1EE0azgo,5-gaol a 06-01.01 0.am0 ND MAW ` MIAMI BEACH.FL OP.. itv Municipal 8 Industrial Central Systems Trt1E.A.ars E4 mar EEERT am N. ROCHA NOW c...r maims naE..x.....r x,mx.1N.4.w.WOW.44 Mt 920 900 �� =U W as nw-wa 901 alms at mo-ue via Pp..0 921 902 "Pa' 0— ® me) —0 WI.T v.,I ami.xo 922 903 WI E 0— ? LI URI • —0 "Ya x 923 aow 924 904 W.a o-sae. —0 vrn a "TA ® °0.'a ...E IEME 925 • 905 SPARE �.na� 'T'' °a" aswc IF-An 926 906 '"""c 907 'ARE •a a . awl SEINE 927 908 sP'u la MC 5..c rseE 928 909 sp�E ' ® ..�, ,,,,,C SPARE 929 THSI SIDE INTENTIONALLY LEFT BLANK 9 910 930 9 911 931 9 912 932 9 913 933 9 914 934 9 915 935 9 916 936 9 917 937 9 918 938 9 919 939 REY. DATE oESwraw n Sao a.rt "4. WATER AND WASTEWATER CLIENTw. NUM T anus•.-T..<.a.e sC a-ubs ,llI SYSTEM IMPROVEMENTS .,,xv+..p+a�Laia°i- e 06-0,-a' aeH.w.s 00 o.u. ` MIAMI BEACH,F. ae'NC. .wa an_ Municipal&Industrial Control Systems nnF..Tf s,4,s,s,a,Es ,® ROCHA anaauToo 530337 ,ur 11C./11/11 A-72362. ANN .£SIM Mt MV6SW.Nom5 MS,.419.N 24.0 I 36.0 1 LINT 1 J U - �{ I� 0 0 0 9�2--I II 9 I- wm raxn —1 r w:a nwst L Ell CO I I EEC m J 0 1 I awn 0 (// SIELP REMAND 72.0 SELF 60.0 L _ 7 L I ° p -I IUPS, i CUPS _i I—UPS APPROX.LOCATION CP MPS,RELATIVE 10 PNEL SIDE VIEW FRONT VIEW INTERNAL PNEL NOTE UPS IS LOCATED INSIDE ENCLOSURE ■ L NNEPLAIE I-I/2 N 6 P.'VAS•0941' r.oN j REV. DATE x33# RV asRO,o PNC C.D. WATER AND WASTEWATER cuort I` Nuns: a u-as A.-ws.NN.a SC oN-u-os ,� SYSTEM IMPROVEMENTS N 416 Ea1 Rev* NO NRnNN ; MIAMI BEACH.FL PM Mo. Nr a Municipal&Industrial Control Systems TINE yyA3 a4 47St,re„,IL .+.....urr...N..NUS IN4NLSIIE 300301 N>m . °N°c° Alms..N mt.neA. tt�,,,,,. caTRas N. 1 g, 0 2x3 WD AC WIRING ONLY 0 g LEVITON SURGE CIRCUIT RRS SUPPRESSOR AC TERMINALS M — z AC in J O FUSES c�a z 2x3 WD AC WIRING ONLY z am ce z tm) i ( iOOm r ^ w V ) O g O �— M to EE _ g X Y Z a EE x W § M w il K 3 N w U G a _ w m w T. 1C 0a N } r J F zo z _ FIELD DEVICE ANALOG SIG. TERpI`. W Z W O _ I ---O 3 WW > = COC Z U 2 C 'S _ C W E SURGE ARRESTOR DC FUSES AND TERMINALS 0 2x3 WD DC CIRCUITS ONLY 0 NOTE . DRY CONTACTS FOR VFD INTERFACES ARE PROVIDED IN THE A.C. SECTION RELAYS. ■ PANEL UL 508 E REV. RATE DESC2112011 BY mama um CKENT WATER AND WASTEWATER CO°.".. NOM T 22-11-as•s•vamw SC 22-21-23 ,� SYSTEM IMPROVEMENTS B TR�-n N.wm'. Mm 2u.x ; MIAMI BEACH,FL -RABT Municipal&Industrial Control Systems into wows Rua an n Ot 22222.I a I cos ROCHA 22222X2 WOW I �^Y ,,r,„ ..., CONTRQ.S ex rn...w..w....x2 nuns.,...um.. 37.0 - 17.5 17.5 - 0.5 4- 1 3.0 k\\`,\\\\\\\\`.\NIV�`. \�`. \`� \��i 7.0 PREFERRED ANALOG CONDUIT ENTRY PREFERRED AC CONDUIT ENTRY \\ \` \\\ \` \ \ O j \ 24,0 � \\\\\\\ \�\\�\�\�\\�\�\�/ /\\\�`�`\\\\` \\\\\`�\\ 1 \ \ \ \\\\\\ \ 13,0 NOT USEA:LE \\\\\\`\\\\`� \\\�`�\\ \ \ \\ \ \\ \ \ \'• �►�\\���`\`\\\\`\\\\\\�0 7.1 1D! _ - _ _ RPM.. ill 2.0 1 OPEN AREA 0 CLOSED AREA WATER AND WASTEWATER I,.gpR,� ay.owt`- orswrnx n MOM o.nrs ,• SYSTEM IMPROVEMENTS �ores 1'47 Nevus.0 x MIAMI BEACH,FL f J"`t -0001 x °sw�s� Maw arw Municipal L Industrial Control Systens ma, a LIST sn.rET a® ROCHA COMMIS DM Anour I p0°s0T aim a mo.,. mMTRIOS mu....,..M.tarn mss isa...,w.,s._ • mean.70 PCP a — a. rg� N n v� , j {1 115 t A d b Y cm ��e,ro.a* R encDCr H�.0 ° ay .. s M. _ noon .� — —■ Q l POUCV � s0 3242 33 .O,: C _I) Pmr. 20.127131.03102701 70301. ` e WM � 00.01 WALLY JW,� 1 FITC03 110327314,1.P103111.14.3 — �Imc,00+.=x.,100 m vrvs n..-e m.mom m Ps',it -,.".CA.c J/ ...........$ � �J — 9.Y. UM O[]mTnan BY 000»0 .... WATER AND WASTEWATER M,� narts: I sA-11-05 A.M.au.a et wRU-0s ,� SYSTEM IMPROVEMENTS .' -aa0 a orm-0, R..dn.. 10 0020 MIAMI BEACH,FL Municipal L Industrial Control Sys/ems ,mc wr05 53 it It NM r amm W." 5100,., conks ........P....,.......D..eaa..mwn.,. BLOCK 0ARRUi -� _ IN 200 0»< M 6 �I.. 220 =„",,r ! n m-o OaaW TO 201 nit © u�ACTON �. 221 1103 Wa, 222 202 /1�/1 ae nib m•izw rx Wu 703 99;9,4.039° C3 T 11 .203 . L 223 A 204 n IN 0. M 9 -12 003 224 WORN MOM WA WNS TOM MOT 205 I x03 KM >n 225 ors C O11 .rce9®03W NOY 206 COI>W(aural NA ' ... _ I WS'"ALARM u CO CAME 226 r UPS mmm 227 207 208 10 AMP !x031 228 ', we 229 209 210 z � 230 210/1. DIA 211 a m snow` 231 WWI ''03x9! ,,..,0.o,r« r. rm 212 W z.1... 232 zmli »0. 0MI.'- RI© 00 TOIA 213 m © pN ur a or w1 233 "'Ea t .!x f We rn. m iu 214 !1 21r. 234 .x. m CO 215 0 235 w9' IIS 17C-A7 216 Ilir 236 217 ncvT ,PO 9a0i 237 1111-''9 m 0r 238 218 iI A EWE.. 219 239 Acv. DATE Dzsanrox W COMM DAs DM" WATER AND WASTEWATER °9°.`.. rocs. , 04-9b5•r-arm.w S 0.-11-09 0 SYSTEM IMPROVEMENTS , a OAT-97 Drw90.. ND woo MIAMI BEACH,FL at-000' I ` Municipal S Industrial Control Systems '7mz 9YPS y p06 06 r"O' iss.. 99® ROCHA ,o9flulxD s0O10' - , 9;mwr CONIRas ........9..,.......,...n.n..9.,n.x..oae. .. f,070 RIO now V,V. 320 300 301 t�i m.--ussn— Ra © Fl a ww 0177 me um m -Qv 321 CC 0.37-06c c 3 302 322 303 o-e 1k A —0 323 3 304 324 3 305 325 3 306 26 3 307 327 3 308 28 329 THIS SIDE INTENTIONALLY LEFT BLANK 309 3 310 330 3 311 331 3 312 332 3 313 333 3 314 334 3 315 335 3 316 336 317 am ar• WYK °�51.. °311nw w�wuwr 337 MOW NM uwm Ai, 338 318 R703 ONO Ma MI=3031-17 339 319 �r WATER AND WASTEWATER CUM a1 MR UESQ►ipN SC KM= Oat . xorrs L a- K wmuw SC pry1ys ,� SYSTEM IMEACH, ENTS '� t MIAMI BEACH,FL rrm L 76-07-07 R�1pO1 � °� Municipal b Industrial Control Systems tmc Nnirs ss ROCHA 30.711c lam07 >e s ay, r CONTROLS BY s+.um,s«T..74 M141wi..nm.sr mMUm 400 420 401 421 402 422 403 423 404 424 405 425 406 426 407 427 408 428 409 INTENTIONALLY BLANK SHEET 429 INTENTIONALLY BLANK SHEET 410 430 411 431 412 432 413 433 414 434 415 435 416 436 417 437 418 438 419 439 Inv. oarz oasaarta" BY IomcxR CUM WATER AND WASTEWATER fle.1 NO GOB NOM: 04-11-07 As-Installed SC �� n.-u-05 SYSTEM IMPROVEMENTS �� R MIAMI BEACH,FL ; ma xn PAWL F.Industrial Control Systems Trt�Mwrs 9s ROCHA scuru4Trc 500307 -.zrr-a icwme. CONTROLS TT.rse vv.w vrrr rrrrvn.0"rNSV..uau.,vw ._ __ 500 K. .cE m �,,.„, .,mom 520 M M x. AMOS Emou MIR(41.... 501 521 502 - i �' :ML 522 503 O 523 mM 504 524 505 . 525 acausicrau 506 0 i' ...e 4-10. 526 ommoma mom 507 ®' 527 508 528 509 529 THIS SIDE INTENTIONALLY LEFT BLANK !«m sa ° 530 ILO.4-20 mA 510 V. OA,m em woo 511 put mu — EN 531 _ 512 532 513 533 cmn s"" — __ I?9 ie mA 534 514 FR im mm nr 515 roll CO 0 Call.CE 535 516 536 517 537 518 538 519 539 REV. CATS DES ON :: cameo o.n Ct."r WATER AND WASTEWATER =J NOTES: l 114-11-09 As- 04-11-. ill) SYSTEM IMPROVEMENTS e Rs-ET-o, ..we. MUM ; MIAMI BEACH,FL ' "k �' Municipal 8 Industrial Control Systems IMF MS u ROCHA MM.% 00007 _..„Fr R 3Com. CONTROLS mu......+,++..'v.mwv.lu«nu. __. . — 620 _ _ 600 6 601 621 6 602 622 6 603 623 6 604 624 6 605 625 6 606 626 6 607 627 6 606 628 6 609 629 INTENTIONALLY BLANK SHEET INTENTIONALLY BLANK SHEET 6 610 630 6 611 631 6 612 632 6 613 633 6 614 634 6 615 635 6 616 636 6 617 637 6 618 638 619 639 z 1 c" WATER AND WASTEWATER wort NOM •R--ON 0°Oim SYSTEM IMPROVEMENTS y�- NOifS: Iv1.∎ R a-Ilb] 2• y�e/ I a zbTbT Rn�ev oue� MIAMI BEACH,FL Municipal L Industrial Control Systems MU rrNas yz ROCHA axwme smzm -sot"' a "Came. CONTROLS wow we.w.r f r nwk N N NAM!.so.w.no.. • me N Al R(Al)7AA3e we 700 U700 720 ILmew 701 iFi 1 -''' -51' cn EZZIllidd 721 702 ' "7 722 � ® ni1S7A 703 .°-e--'� m x nusm'°'a 723 704 1°'a mm) n'" ® W.wrne7i°e u tpl 724 AM MA 705 °' 725 706 701A m >e ME 726 707 •°u-*Z..-x'9° L.T1 727 EXELalall �°o,sam SuO NM( 728 708 �° AMA eta THIS SIDE INTENTIONALLY LEFT BLANK 709 101A 710A"0a" m 729 710 m 4!E 730 711 71. M 731 MA 7 WE,o E 732 712 >a° . . 733 713 714 MA 7 o 734 734 . 701A " -4, 2)1 735 715 n 736 716 E£ 717 737 718 738 719 739 NOTES: WV. DATE Dessmmme W umaMC OAR CUD° WATER AND WASTEWATER =eO A c wys.s Al w-S1 ,� SYSTEM IMPROVEMENTS i 00-11-as Z m-°7-0T wmw Al o Muni ` MIAMI BEACH,FL ° -�1 PAM Municipal&Industrial Control Systems not,,,,,ys m C. e® ROCHA scumune SZI107 ..9.r a ttmw. (..Rat II.UN%.1..1......°.r.,.....70,71,21%1.14.1.711/a • __TM K, m, 4a4 aoD 820 0T-2520 RPM LOOP 801 821 ,1 0 MIMI my025 802 822 I b 8 803 823 824 11 804 RTa YS80 Pas51.c n.nml.snrnu�a'raq =TN 1 -.. P00216 m w 010-2 - 805 5� M m� ' ° J m. 825 1 I lease 114-2. I wai 3 UWflau u .P 0ucm1 826 '� ' u ° I 806 _,_,T_t!° `J«_0.1 - 827 807 9,7:_' 828 808 nam 1010-IS-A] acvl�aaa-.0 829 809 , . , 830 810 O10 - c 811 61U)... c 831 832 812 RT2S5e0 813 a'r•11- � am r =1 833 , yu u1 IIF ommuT m MO n« '.-_ +s•.rya 834 WOW 814 �� b PM-21_0500 OM� . -. MAIM 835 836 816 yIZASIN Dm aTN 11100-00 sax 1510-25-42 837 817 a a .- u 1Jo 818 m« ' u . I- - 838 e. 019 61A).. 7 839 NEV. OA% XXNnpP 97 em51M u amrt WATER AND WASTEWATER roar NOTES. 0 o.-11 .vu -115 n.-0 .e s. 0.'b' 1__ SYSTEM IMPROVEMENTS 151 1 e .-0T-07 e.IdN. lm 51u.x ` _ MIAMI BEACH, Ft. aR Municipal 1 Industrial Control Systems Tnu...ss ROCHA 50001ATC 500107 7Qr. e 900 °' 920 __ � ` N-00 N 901 nms 01 100-141 vic 921 Prs» 902 w-a. C'—em" ®.. CrEr, v—0 vn. sraumasma 922 .we C 923 903 °A� - Iwc MM 904 WOE wl" la ME • SPARE Meet 924 905 awa .m.. .;n.i "!". SPARE veer 925 906 MK °" 12 QC SPARE sevc 926 907 axe .ol" ® ;31L SPARE semz 927 908 v, .o." ,,,,,� VW veeE 928 909 s,,,,, ® SPA BE S,ARE > eE 929 THIS SIDE INTENTIONALLY LEFT BLANK :Jfl 910 930 911 931 912 932 913 933 914 934 915 935 916 936 917 937 918 938 919 939 V. m19 x9CRlliaa ft Roam .uE tl." WATER AND WASTEWATER °1°m, �M: 1 04-11y -9 194.4 x o.-abe ill SYSTEM IMPROVEMENTS e oc-.v-os Rertslara eo 41.41, ss MIAMI REACH,Fl. S. Municipal 1 Industrial Control Systems mu Rats ROCHA soo"nc somm —Mir ' ocean ttan.n CONTROLS n....,...wt........n..A.»n An,u.+A.n.".4∎713. WIT.A-723430s SIS:T1'a Y•BE osa1RCNOt nR GR t 31@L TEC Rom IRAs non WE ACCESS MRAlaR(NIEN 24.0 I 36 0 I LIpNT I Is u _B 0 0 0 MI 000,1,01 0-1273601 it4190 0000 LJ En m I ®gym _ � It 1 I KEYBOM0 _ 7 At 72.0 KEYBOARD 1((� DELP 60.0 ,Ur L_ _ _ I I 7 IL . i I IUPSI L___UPS J I UPS J LAPPRROL LOCATION Oc UPS.RELATIVE TO PANEL SIDE VIEW PRINT VIEV INTERNAL PANEL TEITE, UPS IS LOCATED OISIGE ENCLOSURE S NNEPIATE I-1/2 8 6 Nn'071 3 499)' REP. DATE oESCRIPnO„ IV mama • 8244 "2T WATER AND WASTEWATER °..°.".. xor.s. wu-03 As-Insa,rd 3C oR-u-S k SYSTEM IMPROVEMENTS ii „IRm � 2 m6.07-a R..mex0 RD Num MIAMI BEACH,Fl Ra Municipal L Industrial Control Systems rmE, u ROC` [N0.06mRE OW.T —war a .c,,,..,, CONTROLS Saa`010 x.a..,rw lax uuaNN,aNUro,. 0 AC WIRING ONLY 0 g LL 2x3 WD I. LEVITON SURGE AC n _ — CIE AK SUPPRESSOR BREAKER AC TERMINALS _ L. a 1FUSES AC I U z c.3 2x3 WD AC WIRING ONLY r2 I) 1 7 0 0ci w V) a g 0 0 X -J Z % N La n . W U 3 W Q < 0 W u to r J a o h X i FIELD DEVICE ANALOG SIG. TERr. S r L. i 0 0_ K I U w s a X ° u SURGE ARRESTOR DC FUSES AND TERMINALS o 0 2x3 WD DC CIRCUITS ONLY 0 NOTE ■ DRY CONTACTS FOR VFD INTERFACES ARE PROVIDED IN THE A.C. SECTION RELAYS. UL 509 PANEL 222. CUTE 2Ex2r2102 WI 1,211222 OM 1 WATER ANO WASTEWATER :.°2' ,n , WE& E O•-11-ea.r2rt.e.n SC 02-l1.21 SYSTEM IMPROVEMENTS t -arse R.rMev VI cum 2.nwwun usriaua MIAMI BEACH,FL IV Z"VIA—ocel • Municipal&Industrial Control Systems trtla 11�y p ROCHA u2uw2a WOW 'now —seer t SCmvv2 CORTRSI m 211.11.2w.,2n. 37.0 17,5 17.5 ` 0,5 4 • \ \ r \ \ \ ®3,0 \\\\`\ \ `\\` \\\� �` ;` ` � j 7.0 PREFERRED ANALOG CONDUIT ENTRY 0 PREFERRED AC CONDUIT ENTRY 0 1�\\\\ \\ 1` \\\`\\\\`\` \\\`\`\\\\ $ \\\\ \\ \\\ \\\\\ 1 24,0 ,/i/0/ \\`\\\ `\`\ \\` \\13,0 \`\ \ `\\ \`\\\ ` `\ \ \ \ dAhtki \\\ \ \ \ \ \\\\ i ■ 2.0 \ .si OPEN AREA 0 CLOSED AREA RCS DATE RzsurnRe n ouz.m RATE , cum WATER AND WASTEWATER m2°.°.2 nCT(S. 1 04-1s0 As-wm..a x 04-41as SYSTEM IMPROVEMENTS i. 0a 1 MIAMI BEACNI Ft. z 06-07-07 !Weans U wax Mumma'&Industrial Control Systems MU s ss ROCHA CRUSTS DIM LWO.f s00U� -Re-a z...s COMM 4.......w..r......5.m.0....m...,.... MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor,Miami Beach, Florida 33139,www.miamibeachFl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 REQUEST FOR PROPOSALS(RFP) NO. 2016-148-ND FOR THE STANDARDIZATION OF VARIABLE FREQUENCY DRIVES IN THE CITY'S PUMP STATIONS . August 9, 2016 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Tuesday, August 23, 2016, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: - Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit-a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Si - ..y, Al-x is Pro Grement Director 1 MIAMIBEACH • City of Miami Beach, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 REQUEST FOR PROPOSALS (RFP) NO. 2016-148-ND FOR THE STANDARDIZATION OF VARIABLE FREQUENCY DRIVES IN THE CITY'S PUMP STATIONS July 27, 2016 • This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only. I. CLARIFICATION On Monday, July 25, 2016 at 9 a.m. (EST) only the site visits took place. The mandatory Pre-proposal meeting will take place on Friday, July 29, 2016 at 9:30 a.m. (EST) at the following address: City of Miami Beach The Cultural Affairs Program Office 1755 Meridian Avenue, Suite 500 Miami Beach, FL 33139 Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado Cc�miamibeachfl.gov. Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are • - • requested to•complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. ince l , cry. °rocurement Director REQUEST FOR PROPOSALS ( RFP) 2016- 148-ND Standardization of Variable Frequency Drives in the Ciy's Pump Stations RFP ISSUANCE DATE: JULY 15, 2016 PROPOSALS DUE: AUGUST 15, 2016 @ 3:00 PM • MlA./V\ HEACH.� Natalia Delgado, Contracting Officer DEPARTMENT OF PROCUREMENT MANAGEMENT 1755 Meridian Ave.31d Floor, Miami Beach, FL 33139 305.673.7000 x6263 I nataliadelgado @miamibeachfl.gov I www.miamibeachfl.gov ® MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS 3 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 PROPOSAL EVALUATION 14 APPENDICES: PAGE APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 16 APPENDIX B "NO PROPOSAL" FORM 23 APPENDIX C MINIMUM REQUIREMENTS, SPECIFICATIONS, & SPECIAL CONDITIONS .25 APPENDIX E COST PROPOSAL FORM 31 APPENDIX F INSURANCE REQUIREMENTS 35 RFP 2016-148-ND � _ �.�..�.�.._.�...�,a.... ,��..,.r.��... 2 .1' IMAI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]") if this RFP results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective Proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. Presently the City of Miami Beach (the "City") owns and operates multiple sewer and water pumping stations throughout the City that utilize variable frequency drives (VFD) to provide different pumping and boosting needs in order to deliver water to the City's stakeholders and convey sewage out of the City for treatment at Miami-Dade's wastewater facilities. These drives are now obsolete and availability for parts has become scarce causing the need for replacements to insure reliability to the City and its stakeholders. These drives range between 30 -350 horse power (hp) and are either 6-pulse or 18-pulse drives. The 18-pulse being 125hp and above and the 6-pulse being everything below 125hp. Of the fifty (50) total drives, six (6) have already been upgraded to Allen-Bradley, Powerflex, 750 series drives utilizing the existing transformers and equipment. However, prior to engaging in the systematic replacement of these VFDs, the City wishes to standardize on the equipment used throughout its pumping stations in order to facilitate maintenance and repairs, and future replacements. The purpose of this RFP is to seek proposals from qualified providers that are either manufacturers or manufacturer authorized suppliers/installers of variable frequency drives (VFDs) interested in providing proposals to the City to develop a VFD standard for its water and sewer pump stations. Interested parties shall submit their proposals for the City's consideration in accordance with Section 0300 of this RFP. 3. ANTICIPATED RFP TIMETABLE. The tentative schedule for this solicitation is as follows: • RFP Issued July 15, 2016 Pre-Proposal Meeting and Mandatory Site Visit July 25, 2016 @ 9:00 AM (EST) Deadline for Receipt of Questions August 4, 2016 @ 5:00 PM(EST) Responses Due August 15, 2016 @ 3:00 PM (EST) Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval RFP 2016-148-ND ....y.......,..�. ...�..�,e.�. ,.�3 ® MIAMI BEACH 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000,extension 6263 nataliadelgado @miamibeachfl.gov Additionally, the City Clerk is.to'be co p ied on all communications-via e-mail at RafaelGranado• miamibeachfl:a ov, or via facsimile:786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. MANDATORY PRE-PROPOSAL MEETING AND MANDATORY SITE VISIT. Prospective Proposers are required to attend a MANDATORY Pre-Proposal Conference and MANDATORY Site Visit. Proposers that fail to attend both Pre-Proposal Conference and Site Visit will be deemed non-responsive and will have their proposal disqualified. The Pre-Proposal Conference and Site Visit will be held at the date and time scheduled in Section 3 above beginning at the following address: City of Miami Beach Procurement Department Conference Room C 1755 Meridian Ave. 3rd Floor Miami Beach, Florida 33139 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFP by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for-ensiiring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado @miamibeachfl.gov RFP 2016-148-ND 4 114 MIAMM!BEACH 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.qov/procurement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES . . . . . CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar-with,the City's Campaign Finance Reform laws,.as'codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879, the Proposer shall adopt a Code of Business Ethics("Code") and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. RFP 2016-148-ND ��� 5 al MIAMI BEACH. 14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. NOT USED. 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFP or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability, capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can erform the contract within the time specifed, without delay.or . interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. RFP 2016-148-ND 6 AIAT\/1I BEACH 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals, the sole responsibility and shall be at the sole cost and any work performed in connection therewith, shall be t s p y orgy p expense) of the Proposer, and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS) which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. RFP 2016-148-ND 7 WNW BEACH 26. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers,employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense"of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit (and cause hotel operator to prohibit) discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability in the sale, lease, use or occupancy of the Hotel Project or any portion thereof. RFP 2016-148-ND 8 MIAMI BEACH 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City, including: A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions: - 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The Proposer's proposal in response to the solicitation. RFP 2016-148-ND 9 MIAMBEACH 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. RFP 2016-148-ND 10 C MIAMI BEACH 45. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to (as said term and/or condition was originally set forth on the RFP). 48. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFP solicitation process, unless otherwise noted herein. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract ,vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable`pricing is not obtained from the current contract vendors, or for other reasons•at the City's discretion. Balance of Page Intentionally Left Blank RFP 2016-148-ND 1 1 ea MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non- responsive and will not be considered. Cover Letter& Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. - TABB"2 ? : Experience &Qualifications M2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the Proposer submits as evidence of similar experience, submit the following information: project description, agency name, agency contact, contact telephone&email, and year(s) and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each Proposal team member to be assigned to this contract. 2.3 Financial Capacity. Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:l lsupplierportal.dnb.comlwebapplwcslstoreslservletlSupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun&Bradstreet at 800-424-2495. RFP 2016-148-ND 12 tAIAI\/\!BEACH ` TAB;3 . Scope of Services Proposed Submit detailed information addressing how Proposer will achieve each portion of the scope of services and technical requirements outlined in Appendix C, Minimum Requirements and Specifications, including (but not limited to): 1. Technical specifications of the proposed equipment. 2. In addition to general references submitted pursuant to Tab 2, submit client references for the equipment proposed. For each client reference submitted,the following is required: project description, make and model of similar equipment, agency name, agency contact, contact telephone & email, and year(s) and term of engagement. 3. Development of a non-proprietary, interoperable City-wide standard. 4. Reliability and/or service level performance data for equipment. 5. Availability of locally stocked spare parts and equipment. 6. Program and network monitoring communications. 7. Any other value added services the proposer is proposing to provide. Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. Approach and Methodology Submit detailed information on the approach and methodology Proposer would utilize in the standardization, repair, maintenance and replacement of the referenced equipment throughout the City's pump stations. At a minimum, include the following detailed information, as applicable, which addresses, but need not be limited to: assessment, implementation plan, project timeline, phasing options, testing and risk mitigation, repair and maintenance response times, loaner equipment program, first response commitment, and any other value added service. Fas 0TAB 5 ,M Cost Proposal Submit a completed Cost Proposal Form (Appendix E). Note: After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, .regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFP 2016-148-ND 13 MIAMI BEACH SECTION 0400 PROPOSAL EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. If further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received, with or without conducting interview sessions. `; Step 1 �Qualitatrve Cnterra zh '+ �° � " Maximum Pointss xJi, r:rw x:(•:v'.. , L. "W,..,._ ^-.i.,. . Yr Proposer Experience and Qualifications,including Financial Capability 30 Scope of Services Proposed 30 Approach and Methodology 10 5S+'3"•�1$!t "rK v.y x 1t .� s. ,s:%.^^,�r.• '�3+ r',+S..NS�'.'.+;'ia..• :� a apr�.`ssrx �s+� .y��n . R`5 41:1 T I AVAU.ABLE STEP 1 P01 jNTS��� 70 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive additional quantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1, as follows. {Y}.'V'YY. 5+-..� l' 'k,, `•"`+' 'ri - rd l rLk .f5 4 e c ! `"t' s � Sep Cost Proposal 30 Veterans Preference 5 „'- 'a aM 3 _, V;'; TOTACAVAI,L`ABLE.STEP,2 POINTS OMe '^w {" T.-'' 4. Cost Proposal Evaluation.The cost proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost Vendor Vendor Example Maximum Formula for Calculating Points Total Cost Allowable Points (lowest cost I cost of proposal Points Proposal (Points noted are for being evaluated X maximum Awarded illustrative purposes only. allowable points=awarded Actual points are noted points) 01ntS) Round to Vendor A $100.00 20 $1001$100 X 20=20 20 Vendor B $150.00 20 X 2 0=1 3$1001$150 13 Vendor C $200.00 20 $1001$200 X 20=10 10 RFP 2016-148-ND a ... a M_ ... M.._._ ...O,. ,..,,.�0.mepm� 14 CI MIAMI BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer A Proposer B Proposer C Step 1 Points 82 76 80 Step 2 Points 22 15 12 Committee Total 104 91 92 Member 1 Rank 1 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Committee Total 101 100 84 Member 2 Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Committee Total 102 89 78 Member 2 Rank 1 2 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. 6. Best and Final Offier. Following the Evaluation Committee's ranking of proposals and prior to award, the City reserves the right to short-list vendors, as deemed to be in the City's interest by the City Manager, and request best and final offers from those short-listed vendors. RFP 2016-148-ND 15 APPENDIX A /MIA/MI 3,z Proposal Certification , Questionnaire & ' Affidavit Re u erements RFP 2016- 148-ND Standardization of Variable Frequency Drives in the City' s Pump Stations PROCUREMENT DEPARTMENT 1755 Meridian Ave. 3rd Floor Miami Beach, Florida 33139 16 RFP 2016 D 16 Solicitation No: Solicitation Title: 2016-148-ND Standardization of Variable Frequency Drives in the City's Pump Stations Procurement Contact: Tel: Email: Natalia Delgado 305-673-7000 x6263 nataliadelgado @miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT • Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: • -. ACCOUNT REP EMAIL: • - . . . FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. RFP 2.16-148-ND 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title, 3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an public sector agency? YES T NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. • 6. • Code of.Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. RFP 2016-1 D 18 • 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be 511.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale,issued by the U.S.Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurementl. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contractors maintain 51 or more full time employees ontracts valued at over$100,000 whose cont on their payrolls during 20 or more P Y calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. - • .- - • BENEFIT Firm Provides for Firm Provides for Firm does not , Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurementl. RFP 2016-148-ND 19 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Resolution 2016-29375, Y Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 - Addendum 3 ._ - • Addendum 8 . ._ . Addendum.13 . • Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFP 2016-148-ND DISCLOSURE AND DISCLAIMER SECTION . • The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award,or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders, partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. • Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes,until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the.City.of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFP 2016-148-ND 21 PROPOSER,CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposers Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this day of , 20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: . • • REP 2 16-148-ND 22 APPENDIX B trA MIAMI BEACH " No P Form RFP 2016- 148-ND Standardization of Variable Frequency Drives in the City ' s Pump Stations PROCUREMENT DEPARTMENT 1755 Meridian Ave. 3rd Floor Miami Beach, Florida 33139 Note l isimportanf for those vendors who have received notification of �' n" ' ;,.this-solicitation this -hciveddecided not to respond.to cor ple e and-submit "rtthe aattac ed-'"Statement of id' The' " ta nt_teme of No-Bid" provided Pe.r t `"t j j.the City 4' information=:'on, how to improve .the solicitation process Failure toy submit a'Statement'of No Bid", result in not being notified-1 of future,;solicitations by the City: _ _ ,; }.-,� RFP 2016-148-ND 23 Statement of No Proposal WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service., Signature: Title: . Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH DEPT. OF PROCUREMENT MANAGEMENT ATTN: Natalia Delgado, Procurement Contracting Officer I PROPOSAL#2016-148-ND 1755 Meridian Ave. 3rd Floor MIAMI BEACH, FL 33139 RFP 2016-148-ND 24 APPENDIX C • m Requirements Minir� u . • & Special S eci tions flca Conditions RFP 2016- 148-ND Standardization of Variable . Frequency Drives in the City' s Pump Stations PROCUREMENT DEPARTMENT 1755 Meridian Ave. 3rd Floor Miami Beach, Florida 33139 RFP 25 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. The Proposer(defined as the Proposing Firm)shall be the manufacturer or an agent of the manufacturer authorized to sell, install and maintain the proposed brand of equipment. Required Submittals: Proposer shall submit proof that it is either the manufacturer of the proposed equipment or an authorized agent of the manufacturer. 2. The Proposer(defined as the Proposing Firm)shall identify a manufacturer authorized service agent located within a 50 mile radius of the City. Required Submittals: 1. Submit the manufacturer authorized agent responsible for all equipment service issues after installation. 2. Submit proof that the manufacturer authorized service agent is located within a 50 mile radius of the City. C3. Upgrade Specifications C3.1 The size and quantity of the primary required equipment is identified in Appendix D, Cost Proposal Form. The selected vendor shall be responsible for furnishing and installing (inclusive of all costs, including supplemental parts and supplies)the equipment identified in Appendix D. Proposers are responsible for visiting each pump station identified in Appendix D to become familiar with the existing conditions that may impact the installation of the equipment. C3.2 All proposed equipment shall be equivalent to the Allen Bradley, Powerflex, Series 750 Drives. All drives range between 30-350 horse power(hp) and are either 6-pulse or 18-pulse drives. The 18-pulse being 125hp and above and the 6-pulse being everything below 125hp. Of the fifty(50)total drives, six(6) have already been upgraded to Allen-Bradley, Powerflex, 750 series drives utilizing the existing transformers and equipment. C3.2.1 Each VFD unit shall be coordinated with the requirements of the driven equipment. Contractor shall be responsible for matching the motor and the VFD. Load requirements, torque, horsepower, and speed range of VFDs shall be coordinated with and meet or exceed that of the driven-equipment C3.3 Prior to engaging in the systematic replacement of these VFDs, the City wishes to standardize on the equipment used throughout its pumping stations in order to facilitate maintenance and repairs, and future replacements. All connections, programming, and networking, power monitoring, labor etc. must be included in the pricing (this is a turnkey project). C3.4 The replacement drives must be compatible with the existing motors, transformers, power monitoring, programs, program logic controllers (PLC), Supervisory Control and Data Acquisition(SCADA), and any other of the City's equipment pertinent to the drive replacements. In addition, they must reasonably match the factory mounting installation in the existing motor control center(MCC)cabinetry without any major modifications including cooling and air movement to insure drive reliability. RFP 2016-148-ND 26 C3.5 All work is to be performed by trained and certified personnel. The City reserves the right to request qualifications of each personnel to be assigned to the project and may reject any personnel deemed to not be qualified. C3.6. Costs submitted for each item shall include all equipment, all connections to new or existing equipment, labor to install, disposal of replaced equipment and all other items necessary to upgrade the pump stations in accordance with the requirements of this RFP. C3.7. Equipment and materials shall meet or exceed the applicable requirements of the following standards, specifications, and codes (latest edition): Institute of Electrical and Electronics Engineers (IEEE) IEEE 519 Recommended Practice and Requirements for Harmonic Control in Electric Power Systems IEEE 062.41.1 Guide on the Surge Environment in Low-Voltage(1000 V and Less)AC Power Circuits IEEE 062.41.2 Recommended Practice on Characterization of Surges in Low-Voltage (1000 V and Less)AC Power Circuits National Electrical Manufacturers Association (NEMA) NEMA 250 Enclosures for Electrical Equipment(1000 Volts Maximum) NEMA AB 1 Molded Case Circuit Breakers and Molded Case Switches NEMA ICS 1 Standard for Industrial Control and Systems: General Requirements NEMA ICS 4 Terminal Blocks NEMA ICS 5 Industrial Control Systems, Control Circuit and Pilot Devices NEMA ICS 6 Enclosures NEMA ICS 7 Adjustable Speed Drives National Fire Protection Association (NFPA) NFPA 70 National Electrical Code RFP 2016-148-ND 27 Underwriters Laboratories(UL) UL 50 Standard for Enclosures for Electrical Equipment, Non- environmental Considerations UL 50E Standard for Enclosures for Electrical Equipment, Environmental Considerations UL 489 Standard for Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-Breaker Enclosures UL 508A Standard for Industrial Control Equipment UL 508C Standard for Power Conversion Equipment UL 1283 Standard for Electromagnetic Interference Filters UL 61800-5-1 Standard for Adjustable Speed Electrical Power Drive Systems—Part 5-1: Safety Requirements—Electrical, Thermal and Energy C3.7.1 Equipment shall bear the appropriate labels and markings in accordance with above standards,specifications and codes.Equipment shall be designed, manufactured, and tested in certified International Organization for Standardization (ISO) 9001 facilities. C3.8.Acceptance of each installation will be the responsibility of the contractor. Each installation will be tested and verified by the contractor in the presence of a representative of the City of Miami Beach and will include but not be limited to: 1. Checking all controls point to point(manual and auto operation). 2. Testing each VFD with the auto-transfer switch and back-up generator power to insure it functions as intended. C3.9. A minimum of a one (1) year'warranty from date of installation/acceptance shall be provided for each replacement drive at the time it is accepted, including 24/7 support from a factory certified technician able to be on-site within an 1 1/2 hour from the time of the call. If a drive is replaced, the warranty period will begin again. C4. Service Requirements. C4.1. Service. Service levels must include but not be limited to certified service technicians available twenty-four/seven (24/7), three hundred sixty-five 365 days/year within a fifty (50) mile radius of the City. A certified technician must be able to be "onsite" within one and one half(1 1/2) hours if the need would arise. Services will include but not be limited to preventative and corrective maintenance of the newly installed and the upgraded existing. RFP 2016-148-ND C4.3. Parts. Parts shall be readily available. Common replacement drives and parts shall be stocked within a fifty (50) mile radius of the City. Larger drives and long lead items should be no more than a five to ten (5— 10) day lead time including weekends and/or holidays. Inventory by the manufacturer/vendor must be submitted as a part of the proposal package and will be used as a factor to qualify reliability. C4.4. Pricing. Pricing for services will include a regular hourly rate and an after- hours/emergency rate through the terms of the contract. Regular working hours include Monday — Friday 8am — 5pm. After-hours/emergency rates include after hours Monday — Friday and weekends. C5. Special Conditions C5.1. Term of contract. The service part of the contract does not begin until the end of the warranty period. The city anticipates an initial term of three(3) years. C5.2. Option to renew. The City anticipates two (2) optional one (1) year renewal terms. solely at the City Manager's discretion. C5.3. Prices. Cost Adjustments. The initial contract prices resulting from this RFP shall remain constant for one (1) year from the contract's initial effective date. 60 days prior to each anniversary date of the contract the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumers Price Index for the local urban market (CPI-U), as established by the United States Bureau of Labor Statistics, or material adjustments to the scope or requirements of the RFP by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Contractor agrees to perform all duties at the current cost terms. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the vendor's request for adjustment should be submitted 60 days prior to expiration of the then current contract year:' The vendor adjustment request must clearly substantiate and support.:with , documentation the requested increase. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. 05.4. Training. Training will include but not be limited to: a. Two fully outfitted laptops with all the software needed to troubleshoot, communicate, and repair the proposed replacement drives that will be turned over to the City after the training. . b. Eight(8) hours of classroom training and a minimum of two (2)four(4) hour field training sessions. (These hours may be proposed differently) RFP 2616-148-ND 29 C5.5. Response Time.See also C3. Upgrade Specifications and C4. Service Requirements C5.6. Required Certifications. Must be factory authorized installer and service provider. C5.7. Delivery Requirements. Installation schedule to be negotiated with an emphasis on Infrastructure Division's priority. Operation and maintenance manuals shall be provided.Manuals shall be completely indexed and include step-by-step procedures for the operation and maintenance of the VFD as installed. As a minimum, operation and maintenance manuals shall include: 1. Design capabilities,operating parameters, and recommended ranges. 2. Specification packets on all components in the unit. 3. System schematic diagrams, block diagrams, interconnection diagrams, ladder diagrams, complete wiring diagrams, and enclosure drawings. 4. Safety provisions and precautions, including protective equipment and clothing. 5. Pre-energizing and energizing procedures. 6. Maintenance procedures, including: preventive measures, inspection and cleaning, servicing, and testing. 7. Troubleshooting. 8. Complete replacement parts list,and list of recommended spare parts. 9. Manufacturer warranties. 10. Contact Information, including name, address, and telephone number of manufacturer and manufacturer's local service representative. 11. Complete listing of VFD control settings and setpoints for all controller inputs. Contractor shall provide approved operations and maintenance manuals to the City at least 30 days prior to VFD startup and testing. C5.8. Background Checks. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor's employees from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program. Contractor's personnel must wear photo identification at all times RFP 2016-148-ND 30 APPENDIX D IA I - Cost Proposal Form RFP 2016- 148-ND Standardization of Variable Frequency Drives in the City' s Pump Stations PROCUREMENT DEPARTMENT 1755 Meridian Ave. 3rd Floor Miami Beach, Florida 33139 RFP 2016-148-ND 31 APPENDIX D PROPOSAL TENDER FORM -GROUP A Failure'to submit Section,5,Proposal`Tender Form,'in its entirety and fully executed by the deadline established. for the receipt of proposals will result in proposal being'deemed non-responsive:and being;rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices,delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised i by the City Manager in advance. The Bid Price Form (Section 5) shall be completed mechanically or, if manually, in ink. Proposal Tender Forms (Section 5) completed in pencil shall be deemed non-responsive. All corrections on the Proposal Tender Form (Section 5)shall be initialed. Group •A . Total Item - _ ;Description .. Quantity . U I M _ Unit Cost . (duantity_x_Unit_Cost) Sewer Pump Station#1 (1053 Jefferson Ave) Al VFD#1, 3,&4 200h. sum's 3 each $ $ Sewer Pump Station#10(28 Venetian Way) A2 VFD#1 &2 60hp sumps) 2 each $ $ Sewer Pump Station#11 (1710 Washington A3 Ave VFD#1 &2 200h. sum's 2 each $ $ Sewer Pump Station#15(Pine Tree Dr.& A4 West 51St Street VFD#1 &2 60h. sum's 2 each $ $ Sewer Pump Station#19(6850 Indian Creek A5 Dr. VFD#1 &2(100hp pumas 2 each $ $ Sewer Pump Station#21 (850 West 71st Street) A6 VFD#1 100h. sums 1 each $ $ Sewer pump Station#22(Hagen Street on golf A7 course VFD#1 &2 30hp pumps 2 each $ $ Sewer Pump Station#23(750 West 75th A8 Street VFD#1 &2(100hp pumas 2 each $ $ Sewer pump Station#24(8100 Hawthorne A9 Ave VFD#1 &2 60hs sum's 2 each $ $ Sewer pump Station#27(5400 Collins Ave) A10 VFD#1 &2 125hp pumps 2 each $ $ Sewer Pump Station#28(300 28th Street) All VFD#2&3 350h.booster sum's 2 each $ $ Sewer Pump Station#28(300 28th Street) Al2. . VFD#1,2,&3 250E .um.s 3 each. . .$ $ Sewer pump Station#29(Indian Creek Drive& A13 63rd Street VFD#1 &2 250h•booster pum's 2 each $ $ Sewer pump Station#29(Indian Creek Drive& A14 63rd Street VFD#1,2,&3 125hs sum's 3 each $ „� $ r k? 4� ry Sii sY r is r t. '} -64- s� z �V ''r t�',ar r 2714 r- 1j s7t $ z -� r' ' c ' HIV "��; .::;Y:.' :7a,xmjk :Jkr xs . 0„...A,d �'x7;4-.. UPATOTAL Turnkey in aaorda ce _,the speacanons. s+" .rte �, tri.: , rcr we r e Ki.�k0 t it L.kZ K,.;�fr ' .c'�1.^,�P .r. +A It-=r�.Y-r. 4w: F..��.��'FYr.r.nw1 R...�.... ..I. _— Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: RFP 2016-148-ND APPENDIX A PROPOSAL TENDER FORM- GROUP B Failure to submit Section 5,Proposal Tender Form,,in its entirety‘and fully executed by the deadline established . for the receipt of proposals will result;in,proposal being deemed non-responsive and'being';rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales,material prices,delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Section 5) shall be completed mechanically or, if manually, in ink. Proposal Tender Forms (Section 5) completed in pencil shall be deemed non-responsive. All corrections on the Proposal Tender Form (Section 5)shall be initialed. Group B Total . Item , Description ...- . Quantity U 1 M Unit - (Quantity_x_Unit_Cost) Water Pump Station#1 (451 Dade Blvd.) B1 VFD#1 &2 250h. •um•s 2 each $ $ Water Pump Station#1 (451 Dade Blvd.) B2 VFD#1 &2 125hp •um•s 1 each $ $ Water Pump Station#2(75th Street&Dickens B3 Ave VFD#1 &2 250h8 •um•s 2 each $ $ Water Pump Station#2(75th Street&Dickens B4 Ave VFD#1 125h. 'urns 1 each $ $ Water Pump Station#3(71St Street& B5 Fountain)VFD#1 &2 250h• pumps 2 each $ $ Water Pump Station#4(468 Alton Rd) B6 VFD#1 &2 300h. •um•s 2 each $ $ Water Pump Station#4(468 Alton Rd) B7 VFD#1 100h• pump 1 each $ $ Water Pump Station#5(Belle Ilse, NE side of B8 Venetian Wa VFD#1 125h. 'urn. 1 each $ $ Water Pump Station#7(Terminal Island) B9 VFD#1 &2 250h• pumps 2 each $ $ �:v,a 4tf1 �- _ y fF� k : F a t V)/� ,sus * t- v, GROUP B-TOTAL;' C` !C A �3" IC � _-0 L V't I � b tt-I +�...Y 4 �S.r�ti:1 .r T�7`..'�.T.�ai'Y:��ls�" �' ts:ifi_r .. .:�rza-..,_� y;_.>,.�,,. -a�F�..� :.s�'� �r� Bidders Affrmatton T� ,1��r�.}.A��.>�-.., ,.. �. Company: -., .. - .-..Authorized.Representative: - Address: Telephone: Email: Authorized Representative's Signature: RFP 2016-148-ND 33 APPENDIX A PROPOSAL TENDER FORM -GROUP C by established Failure to,submit'Section 5,Proposal Tender Form,in its entiret and fully executed b the,deadline for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices,delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Section 5)shall be completed mechanically or, if manually, in ink. Proposal Tender Forms (Section 5) completed in pencil shall be deemed non-responsive. All corrections on the Proposal Tender Form (Section 5)shall be initialed. • Estimated ._ - _ Group . Annual Total . • Service - .Item .Hourly'Rate hours • UIM _. Unit Cost (Quantity x Unit Cost) C1 Hourl Rate-Reaular 250 Hourly Rate $ $ C2 Hourl Rate—After-Hours/Emer•enc, 100 Hourly Rate $ $ SUB=TOTAL ITEM'C'(C1'+'.C2) $ % - State Whether '. . • . •.Estimated (discount the%`Listed is Net'Cost ;:', — - Annual or mark = a Discount of —(Gross Cost x% ;' v ., , .:4i. Parts,8,Equipment ,.Gros s Costs: a_ ,up) a r .4 Ma kup? ',;I-Discount or,:Mark up)1,t'_ C3 Parts&Equipment for Re•airs $60,000 % $ $ Balance of Line(All other parts and oho C4 equipment) $25,000 $ $ +-rm'S..Y�r +t..r.,-e--.�' as.zsy ,&=z� t �'1ii_G i"mot' . a;K ;�".zl ^�»ti e'Y�".:. �r `C..s-$ +�{," w: t M w, ,', a.43, �,s., ! ; 0£ R SUB TOTAL ITEM C(C3 C ir, $ 1 If Bidder fails to denote whether%listed is mark-up or discount, Bidder agrees that%will be assumed to be a discount. > € �F`r!`'��� awe 7 r.�lrrr }+-r ��ir51 f- Fr ryl�w�..Xc 4eir..3,C'-PI �,�Acdi� - �4;30::N. ::..i:. :-rf:VL.:.fi'L g ��` .,� � � ����r=�,. ,��� .��_.:�:..��Bidders Affirmation +_ :� -� ..� _ Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: RFP 2016-148-ND 34 APPENDIX F e Requirements insuranc RFP 2016- 148-ND Standardization of Variable Frequency Drives in the City' s Pump Stations PROCUREMENT DEPARTMENT 1755 Meridian Ave. 3rd Floor Miami Beach, Florida 33139 RFP 2016-148-ND 35 r- r.lt BEN. s INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability- $1,000,000 each occurrence -owned/non-owned/hired automobiles included. 4. Excess Liability- $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $• .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 —Other $ .00 — XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFP 2016-148-ND 36 ATTACHMENT C CONSULTANTS RESPONSE TO THE (RFP) . - k"---7,77',777,774;-.77.,:,1?,1.•,...e-i."7.. F77.- L''. ',,,-- .{?f.',....5...',::-:•'-::-.1',-,4',."''', ' i.'.,,.f..j-':-::",',....'-,'...:.--7.•!:!.' c,•:•::::::--? i : ..:11..:--.7.:,7,.;...7.:•:,...;-;-:',..:4::'....'.-ti Cover Letter&Minimum • ,.. Qualifications Requirements ir•-•-.''•-•':,_--- ---..‘!:',-..:,.,•-_4..'.•:.:1;z.:',...,,,' ' 1 1t.-1-.;.:47:1i,`, >4b.4g--44.t..;11-.7 y,;.:3 ,..:(,,!-4-0a.- .. [ -...... x.3.4A,.4,2,ea-.0,...etf..: -.:. ''' .7'77r,''; TAB 2 Experience&Qualifications Fi,:t4.77::,,.. ,'.4-)g,-.11,'47,-,::■0,'"a‘4,.' -;7,et t"::':-A5•;';'igtt'et,kr-IA'gd.24t7',.!':' '...;',,-; '. ...., _,...... .., .3t4 1)1A, 5441tfigit TAB 3 1 , f 1 -'' -',-,'.i.4.9-!•:*-3.*;415 '00: Scope of Services Proposed --,,,--,-- •''' ...;e - I'V.i4.4-l'Z'V-1,- n -,.....„,..„ '....,W-sn"-F-,,ZYkill,',,, ,o,..i. A.;,. •", ,■`?... .^.!. .; k E-,...,.76..-'V4.4.,z..*`.-A'0•;.C,;.4;.Y„1,Ai.;..•;l&r.',.,t.,*t,'-„,1''..':',,4.1-.,.4g:.:,-,:,-4-.:_7-.-,,<;,''..,Y„.-&,w4,-I,r,f.'.t,„A':'-:„,4:.'.i,.Zit„iVip„;.ik...f.e..,r1.-7...7;,.i,-,,x.,,,.",eg.•i,c.,S,4,-,.1-:.%,,.,.7 j-,,,it.).i=-',r;`„4 0,',.--,..:,-!;.. 1. TAB 4 4 , Approach and Methodology ---i , F.,:7.-.f.. vk,6_ 2-t*_ ____._____ _______ .,-,-41 '-',•:-f,'*••ttiti-g4A-:;-. -' ''t-,-Lvi TAB 5 ---4--:.4,-v 'Az..197.•.g' '.. *,,e, ,.., ' I”, Cost Proposal ,...i.i ' +,:it•iTil.Z,. '-',.,4.' 'Z''.1.''I,.'0V4 '7:5 i t . 7',34. 4'''''.,A -''U,,P.,.,•0A *.N1 ..,-,T4';''':2174,i%:`,-..w;.1;70;4;;;I:ig ■,, :-.-3.: ••Tb;77 i -.-.'".- —,e47,. :If,--TAeW•it.*?,.._.*-1. 4k - ••c ' i • zi,7•4.1.,P.- . 4 4I ' . . 4=g-itlitq••'10,44.641 e5Titir., 47.t.,-$.4-kxlz.,-A4.44 W, i t..r..;;;635-WA:F),:eif-.-4.:i•Akt',;;•0 NI i ei;g041t184140.01§ "olm"..;[ Tr.` 3.9.x. .-.-r;•1/4-7,'1-4..". y.l.' ?' `s"'l•1.'1 1 -17.4,'1471WilltiT4MV-W,:V74 S'..::-1 .._ , .,---1----,c,t-i?,,,,,szi.y,lii.F.,,,,•.,1-4,„,..,:,,,,-,.........stc,,i,,,,3, i..,.._ :c.„....,,..„,„...4.,,,.,..?„...":4,;„:„,,„,...!,...4. „..,...,„„ „.,..,„:„...,,..,.:4,..:,,,,,,.,.,...„.„.„, . ..,.., 4,64,,v,::„;,,....v,„,„,:.....,.vsw.i,,,„,i,,, , ..,,,(,,q,,,..,,,. ,.4.:!"..f:Ift;,..?1,7.,;5, . '41 .....4..,41.v.....tV::,-;%-ii,,L• ptie.:,..,,KI we:.:,----•,c`.-1,-.-:;-..----c_ai.-,-.r i...,,w Its.0 I :-.. -•i t4. n -,.,4.4_7,,k:ktrA- filk21.1.,q,t,t,14-.4.44'ti4, 1■W‘.17$11..q 'VII 11 • . ,. r: Custom Controls Technology, Inc T2230 W.77th ST, Hialeah Fl. 33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com Table of Contents 1. TAB 1 —Cover Letter & Minimum Qualifications Requirements 1.1 Cover Letter 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A) 1.3 Minimum Qualifications Requirements 2. TAB 2 — Experience & Qualifications 2.1 Qualifications of Proposing Firm 2.2 Qualifications of Proposer Team 2.3 Financial Capacity 3. TAB 3 —Scope of Services Proposed 4. TAB 4—Approach and Methodology 5. TAB 5 — Cost Proposal Custom Controls Technology, Inc C C 2230 W.77th ST, Hialeah Fl.33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com 1.1 Cover Letter • Custom Controls Technology, Inc 2230 W.77th ST, Hialeah Fl.33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com Cover Letter Currently the City of Miami Beach (the "City") owns and operates multiple sewer and water pumping stations throughout the City that utilize variable frequency drives (VFD) to provide different pumping and boosting needs in order to deliver water to the City's stakeholders and convey sewage out of the City for treatment at Miami-Dade's wastewater facilities. These drives are now obsolete and availability for parts has become scarce causing the need for replacements to insure reliability to the City and its stakeholders. Custom Controls Technology, Inc. (CCT)a leader manufacturer of VFD's control panels for more than 25 years presents the following proposal for the VFD's replacement and to provide the City with a VFD standard for its water and sewer pump stations in order to facilitate maintenance, repairs and future replacements, all this will be allow to provide a more reliable system to the City and its stakeholders. CCT Primary Contact for purposes of this solicitation is stated below: Contact name: Gerardo (Gerry)Gallo Phone (Office): 305-8053700 Mobile: 786-8974494 Email: gerry@cct-inc.com Custom Controls Technology, Inc C C 2230 W.77th ST, Hialeah Fl. 33016. Phone (305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A) PROPOSAL CERTIFICATION,QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT(Appendix A) Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated.This Proposal Certification,Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1.General Proposer Information. FIRM NAME:CUSTOM CONTROLS TECHNOLOGY,INC(CCT) No of Years in Business:29 No of Years in Business Locally:29 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS):2230 WEST 77TH STREET CITY:HIALEAH STATE:FLORIDA ZIP CODE:33016 TELEPHONE NO.:305-8053700/805-3225 TOLL FREE NO.:1-888-693-4495 FAX NO.:350-8053440 FIRM LOCAL ADDRESS:2230 WEST 77TH STREET • CITY:HIALEAH STATE:FLORIDA ZIP CODE:33016 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:GERARDO(GERRY)GALLO ACCOUNT REP TELEPHONE NO.:786-897-4494 ACCOUNT REP TOLL FREE NO.:1-888-693-4495 ACCOUNT REP EMAIL:gerry@cct-inc.com FEDERAL TAX IDENTIFICATION NO.:65-0003633 - ^ The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. • 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES © NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent,sibling,and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted,the following information is required: 1) Firm Name, 2) Contact Individual Name&Title, 3)Address,4)Telephone,5)Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? ❑ YES © NO • SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT:Submit the names of all individuals or entities (including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or •indirect) Mayor City •• y,�of a candidate who has been elected to the office of Ma or or Ci Commissioner for the City of-Miami, 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. 7. Living Wage.Pursuant to Section 2-408 of the Miami Beach City Code,as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: * Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses.The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses of employers? 0 YES ❑ NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? 0 YES ❑ NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits - - not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for" Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health ✓ _ Sick Leave ✓ Family Medical Leave ✓ Bereavement Leave ✓ If Proposer cannot offer a benefit to domestic partners because of reasons outside your control,(e.g.,there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal,proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals,or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor,or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2- 375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375,the City of Miami Beach,Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Acknowledgement of Addendum.After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements.The City will --- strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. • ' Initial to • fir Initial to Confirm Initial to Confirm•Re:1i••• Receipt Receipt "//" //Addendum 1 Addendum 6 Addendum 11 ��Addendum 2 Addendum 7 Addendum 12 /! , Addendum 3 Addendum 8 Addendum 13 ! / Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue,3'd Floor,Miami Becch,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 REQUEST FOR PROPOSALS (RFP)NO. 2016-148-ND FOR THE STANDARDIZATION OF VARIABLE FREQUENCY DRIVES IN THE CITY'S PUMP STATIONS July 27, 2016 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only. I. CLARIFICATION On Monday, July 25, 2016 at 9 a.m. (EST) only the site visits took place. The mandatory Pre-proposal meeting will take place on Friday, July 29, 2016 at 9:30 a.m. (EST)at the following address: City of Miami Beach The Cultural Affairs Program Office 1755 Meridian Avenue, Suite 500 Miami Beach, FL 33139 Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a7miamibeachfl.gov. Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are ,requested to complete and return the."Notice to Prospective Bidders" questionnaire.with.,the reason(s)for not submitting a proposal. ince � l enis rocu curement Director MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue,3'd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673.7490 Fax: 786.394.4002 ADDENDUM NO. 2 REQUEST FOR PROPOSALS (RFP) NO. 2016-148-ND FOR THE STANDARDIZATION OF VARIABLE FREQUENCY DRIVES IN THE CITY'S PUMP STATIONS • August 9, 2016 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). • I. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Tuesday, August 23, 2016, at the following location: City of Miami Beach • Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RefaelGranadomiamibeachfl.gov. Procurement Contact: Telephone: - Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers.that have elected not to,.submit a response to-:the REP. are requested.to complete and return the "Notice to Prospective. Bidders" questionnaire with the reason(s) for not submitting a proposal. Si i - y, /►∎, Al:x D- Is Pre• rement Director 1 MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3'd Floor,Miami Beach,Florida 33139,www.miamibeach9.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 REQUEST FOR PROPOSALS(RFP) NO. 2016-148-ND FOR THE STANDARDIZATION OF VARIABLE FREQUENCY DRIVES IN THE CITY'S PUMP STATIONS August 17,2016 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. REVISIONS 1. APPENDIX C: Minimum Requirements,Specifications & Special Conditions, Subsection C5.1. Term of Contract has been revised as follows: The service part of the contract does not begin until the end of the warranty period. The city anticipates an initial term of three(3)five(5) years. 2.APPENDIX C: Minimum Requirements, Specifications & Special Conditions, Subsection C5.2.-Option to Renew has been revised as follows: The City anticipates two (2) one (1) optional ono (1) five(5) year renewal terms, solely at the City Manager's discretion. 3. Appendix D, Cost Proposal Form revised and attached. THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL. 4. APPENDIX C: Minimum Requirements, Specifications& Special Conditions, Subsection C3.7.1 has been revised as follows: II. ATTACHMENTS. Exhibit A: Pre-Proposal and Site Visits Sign-in Sheets Exhibit B: Revised Cost Proposal Form Exhibit C: Drawings • • 1 • HI. RESPONSES TO QUESTIONS RECEIVED. Q#1:Are we to demolish the existing VFD and place a new one in its place? A#1: Yes, as stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.6, costs submitted for each item shall include all equipment, all connections to new or existing equipment, labor to install, disposal of replaced equipment and all other items necessary to upgrade the pump stations in accordance with the requirements of this RFP. Q#2: If we are only to retrofit the VFDs, are we to use the remainder of the existing drives such as DC Rectifiers; Phase Shifting Transformers; Pilot devices; Main Breakers etc.? A#2: Yes, as stipulated In Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.4,_ the replacement drives must be compatible with • the existing motors, transformers, power monitoring, programs, program logic controllers (PLC), Supervisory Control and Data (SCADA), and any other of the existing equipment pertinent to the drive replacements. Q#3: How will the warranties be handled if existing "old parts"cause the failure of the new VFD? A#3: Proposer is only responsible for equipment it has installed. Q#4: Do we need to "Re-Certify under UL listing the VFD as a Package' as per -section C3-.7.1?- - - - - - - - - — - - A#4: Please refer to Section 1. Revisions, item 4. Q#5: If the UL listing will not be required, does the City require that the successful bidder be at least a licensed electrician in the State of Florida, as required by WASD? A#5: Yes, installer/contractor will need to be a Certified Electrical Contractor in the State of Florida. Q#6: What drawings are required? Is the City looking only for the added section or the entire system, which includes the existing components? A#6: Drawings will consist of the newly installed equipment and will identify connections to each existing appurtenance. Q#7: Is the contractor responsible for the PLC programming, changes and modifications? A#7: Yes, as stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.3, all connections, programming, and networking, power monitoring, labor etc. must be included in the pricing (this is a turnkey project). Q#8: Will the 50 miles radius be required for the contractor, the manufacturer of the VFD, or both? A#8: As stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C4.1 and C4.3, the service technician and parts need to be located within a fifty(50) mile radius of the City. 2 Q#9: According to C5.4, the City requires two laptops with all required programs.Will the City provide the existing PLC code fully documented for this purpose and the purpose of startup and modifications, if required after the new VFD implementation? A#9: The City will provide the two laptops. However, in order to purchase the adequate equipment, the successful proposer will need to provide specifications to connections and hardware, specific to troubleshooting and • communicating with the proposed drives. Any software needed specific to the drives will need to be furnished by the successful proposer. Q#10: Can we add components or replace them to assure reliability and performance? A#10: Do not understand question. Q#11: Considering standardization. A) Is the bid open to other drive manufacturers? B) And what about the 6 existing retrofits done, are they staying if another manufacturer is accepted? C)What is the definition of equivalent? A#11: a) Yes, as stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.2, all proposed equipment shall be equivalent to the Allen Bradley, Powerflex, Series 750 Drives. b) Yes, if a contractor/vendor/manufacturer other than Allen Bradley is awarded,the 6 existing retrofits will remain. c) Proposer shall submit sufficient documentation proving equivalency. The City's Engineering department will make the final determination on any _ _ _ proposed-"equivalent". Q#12:Will different manufacturers be considered for the installation? A#12: See response to item Q11 above. Q#13: What is the warranty period? A#13: As stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.9,.a minimum one (1) year warranty from the date of installation/acceptance shall be provided for each replacement drive at the time it is accepted including 24/7 support from a factory certified technician able to be on-site within the 1 1/2 hour time of call. If a drive is replaced, the warranty will period will begin again. Q#14: Are the panels to be re-labeled with UL508? A#14: See response to item Q4 above. Q#15: Is the bidder required to have an electrical license? A#15: See response to item Q5 above. Q#16: Is the bidder required to pull permits in order to complete the work required in the solicitation? A#16: No, the intent of the RFP is to replace and upgrade the VFDs, which does not require permitting. Q#17: Page 26 Sec C3.4: Should new drives being installed on this project be capable of Automatic Device Configuration (ADC) which allows PLC controllers to 3 detect a replaced drive and download all configuration parameters automatically? A#17: As stipulated in Appendix C, Minimum Requirements, Specifications& Special Conditions, C3.2, all proposed equipment shall be equivalent to the Allen Bradley, Powerflex, Series 750 Drives. Q#18: Page 28 Section C3.7.1: Is UL required only for materials installed or for the entire enclosure as built? If required for the entire enclosure as built, how will the UL inspection on site be scheduled? A#18: See response to item Q4 above. Q#19: Page 28 C3.9: Does warranty include both parts and labor? A#19: Yes, the warranty stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.9, should include parts and labor. Q#20: Page 29 C5.1 and C5.2: Is the intent of this section to provide for extended parts and labor warranty for a three year period with the option of two one year renewals? If yes, how would you like this submitted? A#20: No, as stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.9, a minimum one (1) year warranty from the date of installation/acceptance shall be provided for each replacement drive. The service requirements as stipulated in in Appendix C, Minimum Requirements, Specifications & Special Conditions, C4.will commence upon expiration of the warranty. Q#21: Page 29 C5.4.a : Please provide minimum requirements for laptops to be provided, including any non-drive related software that should be installed (i.e. Microsoft office). A#21: See response to item Q9 above. Q#22: Page 29 C5.4.b: The training will be for how many City personnel? Would a training facility be provided?Would factory training material be required? A#22: The training will be for 8-10 City personnel and the training room will be provided. The training material, explained in the proposal, should consist of but not limited to VFD operation, troubleshooting, communications, and maintenance. Q#23:' Page'30 Section•C5.7, Paragraph 3, -'Are prints required for new equipment l only or for the entire enclosure? Should these prints be drafted format? A#23: See response to item Q6 above. All operations and maintenance manuals shall be submitted hard bound and electronically(pdf format). Q#24: Page 34 Appendix A, Group C3 and C4: Please clarify what specific price information should be provided. A#24: For line items C3 and C4 in Revised Appendix D, the proposer shall indicate the percent of the discount or mark up on the first available column, indicate whether the percentage is a discount or mark up on the second available column, and the net cost after the percentage has been added or deducted to the estimated annual gross costs on the third and final available column. 4 Q#25: Page 26 Section C3.2: Which specific features, functions and/or capabilities does the City consider to be"equivalent"to the Allen-Bradley 750 Series Drives? A#25: See response to item Q11 above. Q#26: Will the City consider and accept any other brand of VFD? For example, other major drive manufacturers like Eaton, Schneider, Siemens, ABB, Etc.? A#26: See response to item 011 above. Q#27: Is it the City's intention to replace only the 6P Inverter Section of the 18P VFD system and leave all of the other components as is? Now is the warranty of the VFD expected to be honored and/or handled when many of these very old components • could impact the performance, integrity and/or functionality of any new VFD? A#27: See response to item Q1 and Q3 above. • Q#28: Would the City allow the bidders to propose value-added services by replacing all of the 18P system components at no additional cost and keep the existing enclosures? A#28: See response to item Q10 above. Q#29: Would the City accept, at no additional cost, an extended warranty other than the one year required on the RFP? A#29: Yes, the City will accept, at no additional cost, an extended warranty other than the one year required on the RFP. Q#30: Since 2 of the VFDs at 451 Dade Blvd are Robicon, which communication protocol Is currently being used at the station or which communication protocol will the City want, to communicate with the SCADA system at the station? A#30: Currently the control wiring from the Robicon VFD routes into an Allen Bradley analog input module that has an adapter module that routes to the Allen Bradley SLC (PLC) for communications. As stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.4, the replacement drives must be compatible with the existing motors,transformers, power monitoring, programs, program logic controllers (PLC), Supervisory Control and Data (SCADA), and any other of the City's equipment pertinent to the drive replacements. Q#31:Are the new VFD systems supposed to be re-certified by-aa UL--Inspector under UL508? A#31: See response to item Q4 above. Q#32: Page 28, Section C3.7.1: In order to comply with this section of the RFP, does the City require a new Short-Circuit and Overcurrent Coordination study, Arc Flash, Arc Flash Labels required under NEC Code and Miami-Dade County? A#32: See response to item Q4 above. 5 Q#33: Please confirm that the following items have been removed from the scope of work: o A5 - Sewer Pump Station #19 (6850 Indian Creek Dr.) VFD #1 & 2 (100 HP pumps) • B9—Water Pump Station#7(Terminal Island)VFD#1 &2(250 HP pumps) The new count of VFDs under consideration for upgrades would then be 40. A#33: B9, Water Pump Station #7 (Terminal Island) VFD #1 & 2 (250hp pumps) was the only line item omitted. Please refer to Exhibit B, Revised Cost Proposal Form. Q#34: Is there a list of approved manufacturers? Is Siemens approved? ;. A#34: No, the City doesn't have a list of approved manufacturers. As stipulated in Appendix C, Minimum Requirements, Specifications & Special Conditions, C3.2, all proposed equipment shall be equivalent to the Allen Bradley, Powerflex, Series 750 Drives. Q#35: Section 0200-36 (Page 9 of RFP) states "The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws." Please confirm whether or not site-specific stamped construction plans and building permits requirements are necessary or anticipated. A#35: See response to item Q16 above. __ Q#36: UL relabeling of installed equipment would_require a_UL Field Inspection. at___ . each site at significant additional cost. The cost is estimated to be in. $ 4K to $6 K range per site. Please confirm whether or not UL re-labeling is required. A#36: See response to item Q4 above. Q#37: Is it possible to obtain internal wiring drawings, electrical drawings, and dimensional drawings of existing enclosures and components layout? This will allow proposer to plan the layout of the upgraded components in the existing enclosures. A#37: Please refer to Exhibit C, Drawings. Q#38: How many copies of the bid are required? A#38': As stipulated in Section 0300, Proposal Submittal Instructions and Format, 1. Sealed Responses, one (1) original proposal, ten (10) bound copies and one (1) electronic format(CD or USB format) are to be submitted._ ,. Q#39: Page 6, Section 19, Determination of Award: How are ability, capacity, and skill measured? A#39: As stipulated in Section 0300, Proposal Submittal Instructions and. Format, 3. Proposal Format, the City Manager's recommendation will take into consideration the qualitative criteria found in Tab 2, 3, and 4. Q#40: Page 6, Section 19, Determination of Award:What Is"the time specified"to do the work? How is that calculated? A#40: "Time specified" refers to project timeline and schedule proposed in Section 0300, Proposal Submittal Instructions and Format, 3. Proposal Format, Tab 4, Approach and Methodology(page 13). 6 Q#41:Page 7, Section 20, Negotiations: Define further negotiations. A#41: The City reserves the right to enter into further negotiations, which may include but are not limited to terms, conditions, schedule, and any other proposal element the City determines must be clarified or improved upon. Q#42: Page 7, Section 21. Postponement/Cancellation/Acceptance/Rejection: What would result in the rejection of a bid/proposal? A#42: The City reserves the right to reject any and all, or parts of any and all responses as is in the best interest of the City. Q#43: Page 8, Section 28. Payment: What are the City's payment terms? A#43: The City abides by Florida Statute, Chapter 218, Financial Matters Pertaining to Political Subdivisions, Part VII, Local Government Prompt Payment Act. Q#44: Who makes up the evaluation committee and how will they be evaluating the proposals? A#44: The Evaluation Committee will be appointed by the City Manager and will evaluate each proposal in accordance with the qualitative criteria indicated in Section 0400, Proposal Evaluation,2. Step 1 Evaluation. Q#45: Page 13, Tab 5. Cost Proposal, references Appendix E, should this read Appendix D?Also referenced on Page 2 in the table of contents. - A#45 Yes,the cost proposal is Appendix D. Attached please find the revised cost proposal form. Q#46: Page 26, Appendix G:Was section C2 intentionally omitted? A#46: Yes, section C2 was intentionally omitted. Q#47: Page 29, Appendix C: Was section C4.2 intentionally omitted? A#47: Yes, section C4.2 was intentionally omitted. Q#48: Page 6, Section 19. Determination of Award: If the City Commission has the ultimate authority in regards to the determination of award, why is the bidding process and scoring system outlined in section 400 necessary? What is its purpose? A#48: The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may • recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent.,with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369.The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. Q#49: Page 22, Appendix A, Proposal Certification, Questionnaire & Requirements Affidavit: This document requires notarization by a Public Notary of the State of Florida. Can the affidavit be notarized by a Public Notary of the State of Georgia? A#49: Yes, Appendix A, Proposal Certification, Questionnaire & Requirements 7 Affidavit may be notarized by a Public Notary outside of the State of Florida: Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.dov. - Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Si�er y, { Ale. Denis Procurement Director . i 8 a. -; .• DISCLOSURE ANDDISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipient's convenience.Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award, or in failing or refusing to make any award pursuant to such Proposals,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals,and may accept proposals which deviate from the solicitation,as it deems appropriate and in its best interest.In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including,without limitation,the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers.It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy.of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party . _. submitting such Proposal. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto,are approved and executed by the parties,and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law.All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent.permitted•by:Florida,Statutes,;until the date.and time.selected for opening the responses.At that time, all documents ... received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto,or any action or inaction by the City with respect thereto,such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages.The previous sentence,however,shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. — PROPOSERCERTIFICATION I hereby certify that:I,as an authorized agent of the Proposer,am submitting the following information as my firm's proposal;Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement;Proposer agrees to be bound to any and all specifications,terms and conditions contained in the solicitation,and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted;Proposer has not divulged, discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal;Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;all responses,data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: GERARDO GALLO VICE-PRESIDENT/COO Signature of Pro.aser's Authorized Representative: Date: AUGUST 23TH,2016 State of FLORIDA County of Maimi-Dade On this 2 -day of /J., 1S7- , 20/(' personally appeared before me G0/ad'" 6.(-°9 ' who stated that (s)he is the / of , a orporation, and that the instrument was signed in behalf of the said corporation by authority�of its board • d rectors and acknowledged said instrument to be its voluntary act and deed.Before me: Nota ublic for the State of Florida -7/lo1r`e.5. My Commission Expires: r "'`a<. GbETEL ACERO A, MY COMMISSION#FF142645 'a'r ' ry ,;.?...= eCustom CoftroIs . : Technology Inc_ CITY OF MIAMI BEACH DEPARTMENT OF PROCUREMENT MANAGEMENT RFQ 2016-148-ND APPENDIX A-PART 3: REFERENCES&PAST PERFORMANCE REFERENCE NO. 1: STATION 1 AND 11 FIELD MODIFICATION FIRM NAME: CITY OF MIAMI BEACH CONTACT NAME: GEORGE A CORCHADO/ANTHONY MINCY ADDRESS: 451 DADE BLVD., MIAMI BEACH, FL 33139 TELEPHONE: 786-295-4925/305-673-7625 EMAIL: gcorchado@ miamibeachfl.gov/AnthonyMincy @miamibeachfl.gov Part# Description Qty. 20F1AND248ANONNNNN PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled,AC Input with 2 Precharge, no DC Terminals,Open Type,248 Amps,200HP ND, 15OHP HD,480 VAC,3 PH,Frame 6,Filtered,CM Jumper Removed,None,Blank (No HIM) 20-750-FLNG4-F6 PF750 Flange Adapter,Type 4X,Frame 6 2 20-750-1132D-2R PF750 115V I/O Module 1AI,1A0,3D1,2R0 2 20-HIM-C6S PowerFlex Architecture Class Remote Enhanced HIM,NEMA 4x/12 2 Services Included: 1—Removal of the existing 1336 Plus II drive unit and auxiliary components from the enclosure. 2—Installation of a Hoffman backplane to accommodate the new drive. 3—Installation of the necessary components from the drive assembly to incorporate them and the Po erFIex 753 Series Drive- 2OF1AND302ANONNNNN into the existing Control system. 4—Installation of a 20-HIM-C3S Door mounted HIM. 5—Startup of the Powerex 700 Drive assembly. 6-AutoCAD drawings of Drive power interface and control I/O. e---- CUSILOM Contrn1 echnologg Inc-, CITY OF MIAMI BEACH DEPARTMENT OF PROCUREMENT MANAGEMENT • RFQ 2016-148-ND APPENDIX A-PART 3: REFERENCES&PAST PERFORMANCE REFERENCE NO.2: STATION 28B 350 HP A35 AMPS FIELD MODIFICATION FIRM NAME: CITY OF MIAMI BEACH CONTACT NAME: GEORGE A CORCHADO/ANTHONY MINCY ADDRESS: 451 DADE BLVD.,MIAMI BEACH, FL 33139 TELEPHONE: 786-295-4925/305-673-7625 EMAIL: gcorchado@ miamibeachfl.gov/AnthonyMincy @miamibeachfl.gov Part# Description Qty. 21 G1AKD430AN4NNNNN-LD-L3-P3-P14-P20 PowerFlex 755 AC Drive,with Embedded I/O,Air Cooled,AC Input with DC 1 Terminals,Flange Type,430 Amps,400LP HD,350HP HD,480 VAC,3 PH,Frame 5,Filtered,CM Jumper Removed,DB Transistor,Blank(No HIM) 20-750-1132D-2R PF750 115V I/O Module 1AI,1A0,311,2R0 1 20-HIM-C6S PowerFlex Architecture Class Remote Enhanced HIM,NEMA 4x/12 1 Services Included: 1—Removal of the existing 1336 Plus II drive unit and auxiliary components from the enclosure. 2—Installation of a Hoffman backplane to accommodate the new drive 3—Installation of the necessary components from the drive assembly to incorporate them and the PowerFlex 753 Series Drive 21G1AKD430AN4NNNNN-LD-L3-P3-P14-P20 into the existing Control system. 4—Installation of a 20-HIM-C3S Door mounted HIM. 5—Startup of the Powerflex 700 Drive assembly. 6—AutoCAD drawings of Drive power interface and control I/O. • Custom Contr°ot5 f Tect°in®I®gq. Inc. CITY OF MIAMI BEACH DEPARTMENT OF PROCUREMENT MANAGEMENT RFQ 2016-148-ND APPENDIX A-PART 3: REFERENCES& PAST PERFORMANCE REFERENCE NO.3: STATION 29B FIELD MODIFICATION FIRM NAME: CITY OF MIAMI BEACH CONTACT NAME: GEORGE A CORCHADO/ANTHONY MINCY ADDRESS: 451 DADE BLVD., MIAMI BEACH, FL 33139 TELEPHONE: 786-295-4925/305-673-7625 EMAIL: gcorchado@ miamibeachfl.gov/AnthonyMincy @miamibeachfl.gov Part# Description Qty- 20F1AND302ANONNNNN PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled,AC Input with 1 Precharge,no DC Terminals,Open Type,302 Amps,250HP ND,200HP HD,480 VAC,3 PH,Frame 7,Filtered,CM Jumper Removed,None,Blank (No HIM) 20-750-1132D-2R PF750 115V I/O Module 1AI,1A0,3D1,2RO 1 20-HIM-C6S PowerFlex Architecture Class Remote Enhanced HIM,NEMA4x/12 1 20-750-FLNG4-F7 PF750 Flange Adapter,Type 4X,Frame 7 1 Services Included: 1 —Removal of the existing 1336 Plus II drive unit and auxiliary components from the enclosure. 2—Installation of a Hoffman backplane to accommodate the new drive 3—Installation of the necessary components from the drive assembly to incorporate them and the PowerFlex 753 Series Drive 20F1AND302ANONNNNN into the existing Control system. 4—Installation of a 20-HIM-C3S Door mounted HIM. 5—Startup of the Powerflex 700 Drive assembly. 6—AutoCAD drawings of Drive power interface and control I/O. • efA M I AM I B EAC H PURCHASE ORDER!CHANGE ORDER MAIL INVOICE TO "SHIP TO"ADDRESS Procurement Division . 1700 Convention Center Drive Miami Beach FL 33139 Telephone:(306}673-7490 • POIBPO NUMBER PAGE 028293 CO#0 1 of 4 VENDOR ID: 'DATE DATE:REQUIRED: 018815 9/28/2015 VENDOR SHIP TO CUSTOM CONTROLS TECHNOLOGY,IN PUBLIC WORKS OPERATIONS 705 WEST 20TH STREET CITY OF MIAMI BEACH HIALEAH, FL 33010 451 DADE BLVD MIAMI BEACH,FL 33139 REQUESTED BY. - PHONE E-MAIL PAYMENT TERMS , ESTELLE BARR (305)673-7000 7620 EstelleBarr @miamibeachfl.gov A/P Net 30 Days REQUESTING DEPARTMENT CONTRACT AUTHORITY PURCHASE AUTHORITY F.O.B. PUBLIC WORKS OPS SEWER SPECIAL INSTRUCTIONS: Quantity Unit Description Unit Price I :Ext.Price' . BLANKET PURCHASE ORDER . •• 'A BPO for the delivery,programming, , . . 182,357.50; setup,and installation of Variable .•Frequency Drive.at various Pump Station . • locations,throughout the City;as . needed during Fiscal Year 10/01/2014. thru 09/30/2015. • ITEM#1-(1 ea)NEW VARIABLE FREQUENCY DRIVE @ 300.28TH STREET PUMP STATION @. $98,445.50 EACH. (TOTAL PRICE $98,445.50):REPLACEMENT OF EXISTING . .. (1)1336 plus II(Cal No. .1336F-BP300V-AA)Drive with a Powerflex . 755 Series Drive 35011P, 20G1ABD430ANONNNNN Power Flex 755 AND . DELIVERY,PROGRAMMING,SETUP.AND INSTALLATION:- ITEM#2-.(1,EA)NEW VAR IABLE.FREQUENCY . DRIVE @ 1051 JEFFERSON AVENUE PUMP STATION @$27,011.20 EACH. (TOTAL . • PRICE$27,011.20),REPLACEMENT OF EXISTING(1)1336 plus II(Cat.No. 1336F-B150V-AA)Drive with a Power!lex 753 Series Drive 15011P, COMMENTS:THE PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES AND SHIPPING SUBTOTAL DOCUMENTS.YOU MUST ALSO STATE YOUR PROMPT PAYMENT TERMS ON YOUR INVOICE(I.E.2%10). FAILURE TO SUBMIT INVOICES AS STATED HEREIN WILL RESULT IN A DELAY IN THE PAYMENT PROCESS. TOTAL SEE ADDITIONAL TERMS AND CONDITIONS CONTAINED HEREIN. U.S.TREASURY DEPT.TAX EXEMPTION UNDER REG.NO.F59-6000372,STATE OF FLORIDA TAX _ EXEMPTION CERTIFICATE 85-8012621639C-9 -- Signature VENDOR COPY ' /ri p it 5'1- 12 e(-(-1i yv ;K,%C ea MIAMI BEACH PURCHASE ORDER I CHANGE ORDER MAIL INVOICE TO:"SHIP TO"ADDRESS Procurement Division 1700 Convention Center Drive Miami Beach FL 33139 POIBPO NUMBER PAGE Telephone:(305)873-7490 028293 CO#0 2 of 4 DATE DATE REQUIRED: VENDOR ID: 018815 9/28/2015 SHIP TO VENDOR CUSTOM CONTROLS TECHNOLOGY,IN PUBLIC WORKS OPERATIONS OF MIAMI BEACH 705 WEST 20TH STREET CITY DOF BLVD HIALEAH,FL 33010 MIAMI BEACH,FL 33139 REQUESTED BY PHONE ' E-MAIL . PAYMENT TERMS ESTELLE BARR (305)673-7000 7620 EstelleBarr @miamibeachfl.gov NP Net 30 Days REQUESTING DEPARTMENT CONTRACT AUTHORITY PURCHASE AUTHORITY F.O.B. PUBLIC WORKS OPS SEWER l I SPECIAL INSTRUCTIONS: Description Unit Price Ext.Price . Quantity . Unit • 20FIAND186ANONNNNN Power Flex 753 AND . DELIVERY,PROGRAMMING,SETUP,AND • INSTALLATION. . i ITEM#3-(1 EA) NEW VARIABLE FREQUENCY DRIVE®6310 INDIAN CREEK. .- DRIVE PUMP STATION @$29,885.60 EACH. (TOTAL PRICE$29,889.60).REPLACEMENT OF • EXISTING(1)1336 plus II(Cat.No. • 1336F-B200V-AA)Drive with a Powertlex 753 Series Drive 200HP, • 20FIAND248ANONNNNN Power.Flex 753 AND DELIVERY,PROGRAMMING,SETUP,AND i INSTALLATION. ITEM#4-(1,EA)NEW VARIABLE FREQUENCY I DRIVE @ 1710 WASHINGTON AVENUE PUMP _ " STATION @$27,011.20 EACH.(TOTAL PRICE - $27,011.20).REPLACEMENT OF EXISTING(1) • . 1336 plus Il(Cat.No;1336F B150V-AA) Drive with a Powerflex 753 Series Drive . 200HP,20FIAND248ANONNNNN Power Flex - 753AND DELIVERY,PROGRAMMING,SETUP, • AND,INSTALLATION. . AS PER ITQ-2015-018 DONE BY DEPARTMENT. • COMMENTS:THE PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES AND SHIPPING SUBTOTAL DOCUMENTS.YOU MUST ALSO STATE YOUR PROMPT PAYMENT TERMS ON YOUR INVOICE(I.E.2%10). FAILURE TO SUBMIT INVOICES AS STATED HEREIN WILL RESULT IN A DELAY IN THE PAYMENT PROCESS. TOTAL SEE ADDITIONAL TERMS AND CONDITIONS CONTAINED HEREIN. U.S.TREASURY DEPT.TAX EXEMPTION UNDER REG.NO.F59-6000372,STATE OF FLORIDATAX ' EXEMPTION CERTIFICATE 85-8012621839C-9 v Signature VENDOR COPY ® MIAMI BEACH PURCHASE ORDER f CHANGE ORDER MAIL INVOICE TO:'SHIP TO'ADDRESS Procurement Division 1700 Convention Center Drive Miami Beach FL 33139 Telephone:(306).673-7490 PO I BPO NUMBER PAGE 028293 CO#0 3 of 4 VENDOR ID: DATE DATE REQUIRED: 018815 9/28/2015 VENDOR SHIP TO CUSTOM CONTROLS TECHNOLOGY,IN PUBLIC WORKS OPERATIONS CITY OF MIAMI BEACH 705 WEST 20TH STREET CI DADE BLVD HIALEAH, FL 33010 MIAMI BEACH,FL 33139 .REQUESTED BY. PHONE . .E-MAIL PAYMENT TERMS ESTELLE BARR (305)673-7000 7620 EstelleBarr©miamibeachfl.gov NP Net 30 Days REQUESTING DEPARTMENT CONTRACT AUTHORITY PURCHASE AUTHORITY ' F.O.B. PUBLIC WORKS•OPS SEWER SPECIAL INSTRUCTIONS: Quantity Unit DescrIpUan I Unit Price. . . .Ext:Price For Items 1 thru 4': 'Control•Hardware Options and Control Hardware Installation for the existing • . Hardwired Logic . • if required there will be mapping of the DeviceNet addresses,and will ' include the DeviceNet card for the new .VFD 1 'Startup and Commisioning of converted application. 'Programming Setup and Installation BUDGET TRANSFER REQUEST FOR(VFDS)- i . 425.0420.000674 ($182,357,50). DEPARTMENT IS RESPONSIBLE FOR VERIFYING INVOICE PRICING AND ITEMS ORDERED ARE _ IN COMPLIANCE.'. -.. . . . . .. • . PURCHASE AUTHORITY: MDCC#7263-1/21-1TQ-2015-18,.EXPIRES 09/30/2015 THIS PURCHASE ORDER(PO)IS RELEASED PURSUANT TO MIAMI-DADE UAP.THE VENDOR • RECEIVING.THIS PO IS REQUIRED TO COMPLY WITH ALL UAP REQUIREMENTS,INCLUDING, BUT NOT LIMITED TO,THE 2%INVOICE COMMENTS:THE PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES AND SHIPPING SUBTOTAL DOCUMENTS.YOU MUST ALSO STATE YOUR PROMPT PAYMENT TERMS ON YOUR INVOICE(I.E.2%10). FAILURE TO SUBMIT INVOICES AS STATED HEREIN WILL RESULT IN A DELAY IN THE PAYMENT PROCESS. TOTAL SEE ADDITIONAL TERMS AND CONDITIONS CONTAINED HEREIN. U.S.TREASURY DEPT-TAX EXEMPTION UNDER REG.NO.F59-6000372,STATE OF FLORIDA TAX EXEMPTION CERTIFICATE 85-8012621639C-9 Y Signature VENDOR COPY ® MIAMI BEACH PURCHASE ORDER I CHANGE ORDER MAIL INVOICE TO:'SHIP TO"ADDRESS Procurement Division 1700 Convention Center Drive Miami Beach FL 33139 Telephone:(305)873.7490 P01 BPO NUMBER PAGE • 028293 CO#0 4 of 4 VENDOR ID: DATE DATE REQUIRED: 018815 9/28/2015 VENDOR SHIP TO CUSTOM CONTROLS TECHNOLOGY,IN PUBLIC WORKS OPERATIONS 705 WEST 20TH STREET CITY OF MIAMI BEACH HIALEAH,FL 33010 451 DADE BLVD MIAMI BEACH,FL 33139 REQUESTED BY PHONE EMAIL - ' PAYMENT TERMS ESTELLE BARR (305)673-7000 7620 EstelleBarr @miamibeachfl.gov A/P Net 30 Days REQUESTING DEPARTMENT I CONTRACT AUTHORITY PURCHASE AUTHORITY _ F.0.8. PUBLIC WORKS OPS SEWER Ir SPECIAL INSTRUCTIONS: • • Quantity .Unit Description .Unit Price Ext Price DISCOUNT THAT IS REQUIRED TO BE • .SUBMITTED TO-MIAMI-DADE COUNTY #425.0420.000674 ($182,357.50) • 1 • . . • • . COMMENTS:THE PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES AND SHIPPING SUBTOTAL 182,357.50 DOCUMENTS.YOU MUST ALSO STATE YOUR PROMPT PAYMENT TERMS ON YOUR INVOICE 0.E.2%10). FAILURE TO SUBMIT INVOICES AS STATED HEREIN WALL RESULT IN A DELAY IN THE PAYMENT PROCESS. TOTAL 182,357.50 SEE ADDITIONAL TERMS AND CONDITIONS CONTAINED HEREIN. U.S.TREASURY DEPT.TAX EXEMPTION UNDER REG.NO.F59-6000372•STATE OF FLORIDA TAX EXEMPTION CERTIFICATE 85-80126216390-9 Signature VENDOR COPY TERMS AND CONDMONS I. This purchase, blanket, or change order norm properly signed by the Procurement Directtor or designee consttttuttes tthe entire agreementt, unless then supporttng agreementt between tthe parttes. Terms stated by Vendor in accepting or acknowledging this order shall nott be binding unless acceptted In writs tthe Citty ofl Miami Beach, Ferida(tthe 'City"). Vendor may nott ttransfler or assign this order without rinds Qtilpr written consentt. This conttractt shall I governed by tthe provisions on the Jnlflorm Commercial Cod'ettde 2 Sales,Chaptter627,Florida Sttattuttpand the City's Municipal Code 2 Vendor shall suitably pack,mark, and ship in accordance witth any Insttructton from tthe Citty and the requirements ofl common carriers tto secure the ttransporttatton costs. Vendor shall be liable for any dlfleeence in flreightt charge or damage tto the matterials by itts failure tto comply therewith. Vendor r tthe Oily a"Notice on Shipmentt° giving the number on the order, kind and amountt ofl matterials and routte act or prior tto tame on shipment. All shipmer include a packing slip. 3. Vendor shall render invoices as Instructed on tthe lace hereon immediattely upon shipment or completion ofl order. Separatte Invoices mush be render duplicate flor each order. Al invoices mustt show our purchase or blankets order number. Invoices shall be In tthe same formatt as sttatted on tthe face hereof tthe supporting agreementtnaccuratte Invoices shall be rejected and shall not be considered rendered 4. The City may rettum any matterials which are delecttve, unsattsflacttory, or all interior quall ty or workmanship, or flail tto meett specification or requirements oil tthis order. Such matterials shall, unless acceptted by the Citty, remain tape propertty oil Vendor and may be returned att'sVeridbr and expense,and Vendor shall reimburse tthe Citty flor all prior paymentts tthereflor,o tostts Incurred in connection with delivery or rettum on such matterials 5. Vendor warrants and represents tthatt the matterials will conform tto the descriptton and applicable sped/kaftans; shall be oil good merchantable and fit for [the known purpose flor which sold; shall be ffree and clear ofl all Item and encumbrances and tthatt Vendor has good merchanttable ttttle. This addition tto any warrantty or service guarantee given by Vendor tto the Citty as provided by law 6. Vendor shall comply, and has complied witth all State, Federal and Local laws, regulations or order applicable to the purchase, manulactture,.prose and delivery of matterials, Including butt not Knitted tto the Fair Labor Standards Actt,1938, as amended; the provisions of Executtve Order 10925.11114, and 11246, as amended, and any subsequent executive order relattng to equal opporttunitty flor employment on govemmentt contracts and all Rules and Regu of tthe Presiderftt Committee on Equal Opporttunitty; tthe nondiscrimination clause contained in Secttod02 oil Executive Order 11246, as amended by Executive Order 11375, relative to Equal Employment Opportunity for all persons without regard tto race, color, religion, sex or nattonal origin, and tthe Implerr rules and regulations prescribed bySecrettary of Lahgrali of which are Incorporated herein by reference • 7. In Vendor shall deflauitt In any respects, or became Insolvent, or If a petition In bankruptcy or Insolvency Is fled by or agalnstt Vendor under any Stta Federal law, the Citty in additton to otther rights or remedies, may terminate and cancel this order. A waiver of breach ofl any provision shall nott be a wa any otther breach on such provision or on any otther provisions. The Otty shall nott, in any event, be liable tto Vendor for special, conttngentt, or conseq damages. 8. Delivery mustt be made within the time specified In tthis order. ill the matterial is nott delivered witthin such specified ttme, tthe City reserves the cancel the order or any part[ tthereef. When tterms of delivery are FOB Desttnatten, Vendor shall pay all thansporttatton charges, and when tterms of delive FOB shipping pointt, flreightt charges shall be prepaid and added tto invoice. All prices are considered FOB Miami 8eachilorida, unless otherwise indicated.The Citty will nott be responsible for merchandise delivered tto any destination otther than tthatt specified herein. Deliveries accep3Ld0 am to 4:30 PM. Monday tthrough Fridays excepts for holidays Perishable matterial will be shipped so as tto arrive ad desttnatton on Monday tthrough Friday 9. All communicattons and acknowledgementts concerning[this order mustt show[this purchase or blanket order number and be directted tto The Cray ofl Miami Beach,Citty HallProcurementt Departtmegt1700 Conventton Centter Drive Miami Beach,FL 33139. 10. Vendor shall defend any suitt or proceeding broughtt againstt the City, ills afters, agentte4/or employees based on a claim that the manuflactturrple, insttallatton or the City Intended use or resale of any ofl the matterials covered .consttttuttes Infringement ofl any Unitted Sttattes Letters Pattentt, now c issued, or vioiatt as any otther proprietary intterestjlncluding copyrlghtts, ttrademarks and trade secrets if notified prompttly In wilting and given author)- information, and assistance(at Vendor's expense) for tthe defense ofl same: and Vendor shall pay all damages and costts, including attoeseyfees, awardec against tthe Citty in such suitt or proceeding In the eventt tthe Oily is enjoined from usdoraninsale of any of the matterials covered by this' order as a resultt said sultt or proceeding. Vendor shall (at itts expense) expend all reasonable charts to procure for tthe Cory the rights tto use andj or resell said matterl4 Vendor cannot so procure tthe aflorementtoned rightt within a reasonable time, Vendor shall dean prompjhflt Vendoh expense): (1) modify said matterials s as tto avoid inflringementt of any pattentt or otther propriettary Intterestt,(3hdpay reinsttailattan costts In connection therewith, r)9) remove said matterials ant refund the purchase price and reimburse tthe' Citty for tthe ttransporttatton and Installation costs thereon. Vendor shall have tthe same obllgattons witth n any claim for Inflringementt on foreign patents or violatton ofl otther foreign proprietary intterestts in the Citty purchases hereunder for shipment tto and f. or resale in a foreign country and Vendor is so advised. This paragraph 10 shall cansttttutte tthe sole agreementt relating tto liabilitty for Infringement or violet propriettary rights unless expressly revised or revoked in writing 11. Buyer's remedies,In tthe eventt all defla ultt by Vendsball be as provided by law,except as ottherwise provided herein 12. Each case or parcel must) be labeled, showing the City's order number and complete description of contents. All barrels, boil®gs, crates or otthe packages musts he labeled with ttag(Ilnen ttag preferred) securely flasttened tto packages, showing shippername end our order number. ill nott possible•tto etta, bags Inflormatton must[be printed on packagesDrop shipments and perttals must[be treaded similarly 13. If bid or conttractt [terms, conditions alai speciifcatton diner from those of [this purchase or blanket order, the bid, conttractt or agreementt shall precedence. 14. Vendor shall not oiler any grattuittes, flavors, or anytthing on monetary value to any antral, employee, or agent[ on the Citty, flor the purpose of ill conslderatton on this order 15. Vendor, in connection with providing tthe above referenced Serviciiiroductts on behalf) on the Citty on Miami Beachjorlda, agrees to indemnifly and hal harmless tthe City and itts dicers, employees, agenda, and contractors, from and against any and all actt4adtetther att law or In equity claims, fiabilittes, losses, and expenses, Including, butt nott limited tto, attorneys' flees and costts, liar personal, economic or bodily injury, wrongful deatth, loss of or dama propertty, which may arise or be alleged tto have arisen from tthe negligent actts, errors, omissions or otther wrongful conductt ofl Vendor, its afters, emp agents, canttracttors, or any otther person or enittty acttng under Vendor's conttrol or supervlslon, in connection witth, related tto, or as a resultt on ' performance under this Purchase Order. To tthatt exttentt, Vendor shall pay all such claims and losses and shall pay all such costts and judgmentts which may from any lawsultt arising from such claims and losses, and shag pay an costts and attorneys' flees expended by the Citty In tthe defense of such claims and, Including appeals. 16. Call 305.673-7490/VOICE tto requestt matterial In accessible flormatt or inflarmatton on access liar persons with disabIllttes. For more Informatton on compliance please call 305-673.7080. • • Custom Controls Technology, Inc T2230 W. 77th ST, Hialeah Fl. 33016.Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com STATEMENT By means of this letter,we CUSTOM CONTROLS TECHNOLOGY, INC state that will ADOPTED the existing CODE OF BUSINESS ETHICS of the City of Miami Beach,in compliance with the City Resolution No.2000- 23879, this with the purpose of reinforce our commitment to comply with all applicable governmental rules and regulations including, among others,the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. Sincerel j //�' ierardo .11o -J Vi 6-president _ ` °` Custom Controls Technology, Inc 2230 W.77th ST, Hialeah Fl. 33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com 1.3 Minimum Qualifications Requirements Custom Controls Technology, Inc 2230 W.77th ST, Hialeah Fl. 33016.Phone (305) 805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com Minimum Qualifications Requirements Appendix C- Minimum Requirements, Specifications &Special Conditions Cl.Minimum Eligibility Requirements CCT QUOTE C1.1. CCT is an authorized agent of ALLEN BRADLEY.Please see letter attached. C1.2. CCT will serve the equipment(with full ALLEN BRADLEY support).Please see letter attached. C3.Upgrade Specifications C3.1. We confirm that all equipment including in Appendix D will be supplied by CCT, as part of our scope of supply.CCT completed the visit each station C3.2. CCT is offering ALLEN BRADLEY Series 750 VFD's. C3.3. All connection,programming,and networking,labor,etc are included in our quote C3.4. Meets the specifications C3.5. All work will be performed by trained and certified CCT personnel C3.6. CCT cost includes all cost elements as per specifications C3.7. Equipments and materials included in our quote meets or exceed the specification,standards and codes stated in this paragraph C3.7.1. Meets or exceed specifications C3.8. All testing and verification work is included in our quote C3.9. Meets or exceed specifications C4.Service Requirements C4.1. Our quote meets the specification C4.3. Meets or exceed specifications C4.4. CCT's hourly rates included in our quote C5.Special Conditions C5.1. Noted C5.2. Noted C5.3. Noted and agreed C5.4. Training is included in our quote,as per described in this paragraph C5.5. Meets or exceed specifications C5.6. CCT is an ALLEN BRADLEY authorized installer and service provided.See C1.2 above C5.7. Noted Operation and maintenance(O&M)manuals will be provided by CCT as per specifications herein O&M manuals will be provided in a timely manner,as per specifications herein. C5.8. CCT will provide competent personnel.Noted Rockwell Automation Florida Territory 5820 West Cypress Street,Suite E Tampa,FL 33607 USA Tel 813.466.6400 Rockwell Automation August 22, 2016 Gerry Gallo Custom Controls Technologies 2230 West 77th Street Hialeah, FL 33016 To whom it may concern, This letter is to serve as a general statement for Custom Control Technologies as a recognized UL508A Panel Shop/OEM which designs, builds, installs and maintains Rockwell Automation electrical assemblies and control panels globally. You can have confidence in knowing that Custom Control Technologies and Rockwell Automation share your goals of an on-time and on-budget controls system that will be supportable and maintainable into the future. Regards, Denis Lee South Florida Sales Engineer Rockwell Automation (954)612-9273 dlee@ra.rockwell.com This authorization specifically excludes any permission to use the Rockwell Automation name or associated logos in any commercial marketing or other collateral. • sN :.ATHINK1 'SOLVE:tt Rockwell Automation Florida Territory 5820 West Cypress Street,Suite E Tampa,FL 33607 USA Tel 1.813.466.6400 Fax 1.813.466.6401 www.rockwellautomation.com Rockwell Automation September 13, 2013 • Gerry Gallo Custom Controls Technologies Re: Miami Dade Water and Sewer projects Rockwell Automation, who manufactures Allen-Bradley brand controls, has a long standing relationship with Custom Controls Technologies. For more than 10 years, Custom Controls Technologies has been recognized by Rockwell Automation as a panel systems integrator who has successfully engineered, fabricated, and installed Allen-Bradley brand control systems for the water and wastewater industry. You can have confidence in knowing that Custom Control Technologies and Rockwell Automation share your goals of an on-time and on-budget controls system that will be supportable and maintainable into the future. , Res ectfull P Y Elmar Gillrath Rockwell Automation Florida Territory Channel Sales Manager (714) 404-7310 Allen-Bradley CUSTOM CONTROL TECHNOLOGY,INC LOCATION MAP Palmdale, ,,. '`.eiD xs�1 \ .u.- imErnivim ,Q :, Pcint a Palm -• -MoereHarert "okea Gardens- •Mue s i• laeepr 0 Ta.- ;- • 1Neffit _ m'�euecl 6 • 4yets Lehigh Acres :.,1 •+ CD ti 6 y .-1::: ` .' - - -- �j--� tat Be* .. ,a f -Delray ': . 'atlf0 -t�T7nO�CdIB@ • - p --4 l . I f e § eta��.air i Ave Mafia('� _S F s L F x'iS .••,t V r r'z Y7 4, . IeC -1, Naples 1 P. _a_ Picayune of. . Shand _. s :a - F. s ' Srate Forest 4 ,,Evergtedes ; :' , .� Car :.A. P :,t�f !fe .rJ.N a' r~w. • - �. +-� '' Custom Controls Technology,Inc -.: Holt O' a ' 2230 West 77th street,Hialeah 33016 sir .. " y i3T /r�+ -�y' glades ? k -. - eah �'��y� � 4Ora ra- m 4 s. 44" P `�. Homestead t i f'__: .o.f...,;....n.'-ezt-wzrzo._. i - , ` .. a % 'fr.:" ' a., `t'4' ),- r qtr),o I°_ 8 Custom Controls Technology, Inc 2230 W.77th 5T, Hialeah FL 33016. Phone (305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com 2.1 Qualifications of Proposing Firm ffi STATE OF FLORIDA /f_ — °�\ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION V " >,�s 850 487-1395 ‘0.-,_,2.- --,:,-_-<:f ELECTRICAL CONTRACTORS LICENSING BOARD ( ) `'�na-.�.,,.-` 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 MYERS, GORDON W CUSTOM CONTROLS TECHNOLOGY, INC. 123 HAVENWOOD DRIVE POMPANO BEACH FL 33064 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and i , �� STATE OF i, Professional Regulation. Our professionals and businesses range ft 3t STATE OF FLORIDA FLORI BUSINESS AND from architects to yacht brokers,from boxers to barbeque . restaurants,and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order EC0002380 ISSUED:' 06/15/2016 to serve you better. For information about our services,please log onto www.myfloridalicense.com. There you can find more CERTIFIED ELECTRICAL CONTRACTOR iformation about our divisions and the regulations that impact MYERS,GORDON UK , you, subscribe to department newsletters and learn more about CUSTOM CONTROLS TECHNOLOGY,INC. the Department's initiatives. ,! Our mission at the Department is: License Efficiently,Regulate Fairly.We constantly strive to serve you better so that you can IS CERTIFIED under the provisions of Ch.489 FS. serve your customers. Thank you for doing business in Florida, I_xpfretion date.AUG 31,2018 U6061500F S. !` and congratulations on your new license! DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD 44 *, :- LICENSE NUMBER . ` 1, EC0002380 t rF ' The ELECTRICAL CONTRACTOR "° Named below IS CERTIFIED Under the provisions of Chapter 489 FS. - V, ''-- M _ , .Expiration date: AUG 31,2018 = MYERS, GORDON W , CUSTOM CONTROLS TEC +4 a LOGY,JNC V123HAVENWOOD DRi -� ,5` . .z: ;2 \a'} -,' ' , . :41 7� —„ -;. POMPANO.BE4C -330 ;.`. ,,.:§ \,. ‘.\\\ _ _ % \' . � v .• e.,:- '".. '"s.r! t'. ,y. ..: ,.;M.. w. z�,. ..... ..s..:., ., ks 1,"4.„\\,‘ ,,,,N\ \1i;`"s.,.'*e a , 'k1 s m ,+.,..''r , '!. j ISSUED: 06/15/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1606150001668 w• wt State of Florida ' -1 . Board of Professional Engiaeers `'`s +- -... 2639 North Monroe Street,Suite 8-112 �w�;' Tallahassee, FL 32303-5268 Custom Controls Technology,Inc. 705 W 20TH STREET HIALEAH, FL 33010 t il Each licensee is solely responsible for notifying the Florida Board of Professional Engineers in writing the licensee's current address. Name changes require legal documentation showing name change. An original,a certified copy, or a duplicate of an original or certified copy of a document which shows the legal name change will be accepted unless there is a question about the authenticity of the document raised on its face,or because the genuineness of the document is uncertain,or because of another matter related to the application. At least 90 days prior to the expiration date shown on this license,a notice of renewal will be sent to your last known address. If you have not yet received your notice 60 days prior to the expiration date, please call (850) 521-0500, or write,Florida Board of Professional Engineers, 2639 North Monroe Street,Suite B-112,Tallahassee, FL 32303-5268 or e-mail: board @fbpe.org. Our website address is http://www.fbpe.org. 1 State ' rida ,le;4 . . t �Boa 4 ,1 r� p t, * l y ®-. eers fir ,r. ' '4 g ih r j % $ S f vY nr -,ifE.t� F , Cif ; 'ta akI i-. viiitelt X . tic. FBPE v---: ;,5 : 3 .. .a "• i�tr 1/' _ ��i FLORIDA Hf)•\RI)QF '°--"„r ° t A r,.' r PtUU r.SSK1VV l v('dM t Its is authorized under the rovist tom r ': �,` ai p .� , , h to offer engineering services .a.. .„1r to the public through a Professi. "x � ,., . t `mac wha ter 471, Florida Statutes. Expiration: 2/28/2017 • irf k CA Lic. No: Audit No: 228201701696 f i ' « 29900 i. Internal Services Department MIAMI•Dil4DE Small Business Development COUNTY 111 NW 1 Street, 19th Floor Miami,Florida 33128 miamidade.gov T 305-375-3111 F 305-375-3160 CERT. NO: 11399 Approval Date:03/18/2015-MICRO/SBE March 18,2015 Expiration Date:03/31/2018 Mrs.Sheila Gallo CUSTOM CONTROLS TECHNOLOGY, INC. 705 W 20th St Hialeah, FL 33010-0000 Dear Mrs.Gallo: Miami Dade County Small Business Development(SBD), a division of the Internal Services Department (ISD)has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami Dade County Micro/Small Business Enterprise (MICRO/SBE) in accordance with section 2-8.1.1.-1.1 of the code of Miami Dade County. This MICRO/SBE certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit"on or before your anniversary date of March 18 for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit"annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. Pursuant to the applicable section of the code as listed above,"once your firm has been decertified,your firm shall not be eligible to re-apply for certification fgr twelve(12):'months from the time of the decertification. If at any time,..there is a material change,in the firm, including, but not limited to ownership, officers, director, scope of work being performed,'daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office, in writing, within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary: This letter will be the only approval notification issued for the duration of your firm's three years certification. If the firm attains graduation or becomes ineligible during the three year certification period you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with goals. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami Dade County Internal Services Department, Small Business Development Certified Firms"Directory at the website http://www.miamidade.gov/business/business-certification-programs.asp. Thank you for doing business with Miami Dade County. neon�y a;.F• S rely, 9 05�.�� 3' i artfield,Division D' - Small Business Develop ivision ' $ : "fix•- _� ��a� CATEGORIES:(Your firm may bid or participate on contracts only under these cat •3' � { - _ ' PRODUCTION AND MANUFACTURING SERA CES(MICRO/SBE)' ' .::'" - i "w 'r SEWER LIFT STATIONS AND PARTS(MICRO/SBE) ` . �-�' �s F T MODULAR PANEL SYSTEMS,(WITH METAL CONNECTING MECHANISM)(MICRO/SBE) _ , Ai ,,. POWER SYSTEMS SWITCHGEARS AND RELATED ACCESS RlE IIGRO/SB ) Q i ..&-q--t!" i-i c: Veronica Clark SBD 1- u1/ C74 ) r� '.9J:-., -„,,I.-,,,A - Laurie Johnson,SBD ° 4 f..- ----"''" 11�;b .t r J" ad .r :rte Custom Controt5 Tec noto Inc. CITY OF MIAMI BEACH DEPARTMENT OF PROCUREMENT MANAGEMENT RFQ 2016-148-ND REFERENCES& PAST PERFORMANCE REFERENCE NO. 1: STATION 1 AND 11 FIELD MODIFICATION FIRM NAME: CITY OF MIAMI BEACH CONTACT NAME: GEORGE A CORCHADO/ANTHONY MINCY ADDRESS: 451 DADE BLVD., MIAMI BEACH, FL 33139 TELEPHONE: 786-295-4925/305-673-7625 EMAIL: gcorchado@ miamibeachfl.gov/AnthonyMincy @miamibeachfl.gov Part# Description Qty. 20F1AND248ANONNNNN PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled,AC Input with 2 Precharge,no DC Terminals,Open Type,248 Amps,200HP ND, 150HP HD,480 VAC,3 PH,Frame 6,Filtered,CM Jumper Removed,None,Blank (No HIM) 20-750-FLNG4-F6 PF750 Flange Adapter,Type 4X,Frame 6 2 20-750-1132D-2R PF750 115V I/O Module 1AI,1A0,3DI,2RO 2 20-HIM-C6S PowerFlex Architecture Class Remote Enhanced HIM,NEMA 4x/12 2 Services Included: 1 —Removal of the existing 1336 Plus II drive unit and auxiliary components from the enclosure. 2—Installation of a Hoffman backplane to accommodate the new drive. 3—Installation of the necessary components from the drive assembly to incorporate them and the PowerFlex 753 Series Drive 20F1AND302ANONNNNN into the existing Control system. 4—Installation of a 20-HIM-C3S Door mounted HIM. 5—Startup of the Powerflex 700 Drive assembly. 6—AutoCAD drawings of Drive power interface and control I/O. Custom Control 5 Teci-inoio Inc_ - .. 9y CITY OF MIAMI BEACH DEPARTMENT OF PROCUREMENT MANAGEMENT RFQ 2016-148-ND REFERENCES&PAST PERFORMANCE REFERENCE NO. 2: STATION 28B 350 HP A35 AMPS FIELD MODIFICATION FIRM NAME: CITY OF MIAMI BEACH CONTACT NAME: GEORGE A CORCHADO/ANTHONY MINCY ADDRESS: 451 DADE BLVD., MIAMI BEACH, FL 33139 TELEPHONE: 786-295-4925/305-673-7625 EMAIL: gcorchado@ miamibeachfl.gov/AnthonyMincy @miamibeachfl.gov Part# Description Qty. 21 G1AKD430AN4NNNNN-LD-L3-P3-P14-P20 PowerFlex 755 AC Drive,with Embedded I/O,Air Cooled,AC Input with DC 1 Terminals,Flange Type,430 Amps,400LP HD,350HP HD,480 VAC,3 PH,Frame 5,Filtered,CM Jumper Removed,DB Transistor,Blank(No HIM) 20-750-1132D-2R PF750 115V I/O Module 1AI,1AO,3D1,2R0 1 20-HIM-C6S PowerFlex Architecture Class Remote Enhanced HIM,NEMA 4x/12 1 Services included: 1 —Removal of the existing 1336 Plus II drive unit and auxiliary components from the enclosure. 2—Installation of a Hoffman backplane to accommodate the new drive 3—Installation of the necessary components from the drive assembly to incorporate them and the PowerFlex 753 Series Drive 21 G1AKD430AN4NNNNN-LD-L3-P3-P14-P20 into the existing Control system. 4—Installation of a 20-HIM-C3S Door mounted HIM. 5—Startup of the Powerflex 700 Drive assembly. 6—AutoCAD drawings of Drive power interface and control I/O. r-Nt -C....e, Eustom Controls Technotogg Inc. CITY OF MIAMI BEACH DEPARTMENT OF PROCUREMENT MANAGEMENT RFQ 2016-148-ND REFERENCES&PAST PERFORMANCE REFERENCE NO.3: STATION 29B FIELD MODIFICATION FIRM NAME: CITY OF MIAMI BEACH CONTACT NAME: GEORGE A CORCHADO/ANTHONY MINCY ADDRESS: 451 DADE BLVD., MIAMI BEACH, FL 33139 TELEPHONE: 786-295-4925/305-673-7625 EMAIL: gcorchado@ miamibeachfLgov/AnthonyMincy @miamibeachfl.gov Part# Description Qty. 20F1AND302ANONNNNN PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled,AC Input with 1 Precharge,no DC Terminals,Open Type,302 Amps,250HP ND,200HP HD,480 VAC,3 PH,Frame 7,Filtered,CM Jumper Removed,None, Blank (No HIM) 20-750-1132D-2R PF750 115V1/0 Module 1AI,1AO,3D1,2R0 1 20-HIM-C6S PowerFlex Architecture Class Remote Enhanced HIM,NEMA 4x/12 1 20-750-FLNG4-F7 PF750 Flange Adapter,Type 4X,Frame 7 1 Services Included: 1—Removal of the existing 1336 Plus II drive unit and auxiliary components from the enclosure. 2—Installation of a Hoffman backplane to accommodate the new drive 3—Installation of the necessary components from the drive assembly to incorporate them and the PowerFlex 753 Series Drive 20F1AND302ANONNNNN into the existing Control system. 4—Installation of a 20-HIM-C3S Door mounted HIM. 5—Startup of the Powerflex 700 Drive assembly. 6—AutoCAD drawings of Drive power interface and control I/O. 9 2016 System Integrators of the Year 19 2015 SI Giants • G LO BA L i, :, ,,,,,. .._ , 4". _ .....,. ,...., sysTEm y Q ,„ REpoRT . .. • _ - . Y , ,.._ .:. ......),... _ „. __Irt!, r, .:.:, .. _,, ,. .... ..,...,,,,. . . . .. . ,,:: . . jj ,.........,...... , ..,. _.,._ . „.. ._,...,:r., „. i.. , ., , . „:7,. ..„.t. .. • _. ie.- ,t till — - -- "> .row `� 5+ g „, A , . . y -:. ,.. x2�+ 3 # '--.._„.„,„: - -._,.„....„.,.: . - .,..,-,„„:„,,,./.-. . -. .. . .... -„,...„.0-,..._ ---- !,-.,---,,,,...,,,--- - -•.- --- • 1 , . . . _.„........„:„, , ......, , . ,.. _ - ... .: . . _ . _ .. . ,...:_, ., ..., . . .., s *. . . ,-,.,- ..-- .,. „.... , . , _ . . _ . , .._. . . ___ ... A. ., .,..._ - ,--- . ... _ , _.. ._ , ''Sto, ,4%,... _ .:, ,.. - ,4.P.1,,, /! Piec &--: - .• ,-,,,....-..-;••,.. — ...: IT - --,..,.. -, A -,5 :„._ --.' A ‘ii __.''...!""ta. K. ,. .: . t. ,.._ _:,:::_......., _ ,. ,----,._.-„,..,-,.,•, . _ ,,v.:_.:=2::-.,_ ., ..,.„-,_-. .._.--..,,,Ii.:,..._ ,r.,...., . .. 7 .. . .:.. . ..... ..;, . R„. . .... . . 4„: ?. 'tern -rote a © �rn d s-4,-,-gsu on 1 ar i o th - . r ion uz ' . ,i. '3= 7 v 3 - - g '34-A,'±4.e.; ,{''_ r:'' .-'---'.4\,-,..s._-..--:: — ,CFE gam. '"`r Yr r n t - ,,,, t _ w.KiS 4W, ', 3 r .ifs '” 4 , A supplement to CONTROL r y �� and PLANT ENGINEERING mag `* Y.. z 1 ' 4 A` . - TOTAL SYSTEM;. TOTAL AUTOMATION& INTEGRATION' TOTAL GROSS REVENUE YEAR CONTROL ENGINEERS RANK FIRM NAM E REVENUE� ): .FOR FISCAL YEAR(4 US) FOUNDED ASSIGNED TO S!PROJECTS 74 Tycon Automation FM. Ltd. $4,000,000 $1 to$9 million 1996 15 - 77 BrEitnins till Engi 9ering&Contri is $3,900,00 $1 to$9 rndlion .2000¢_ °' 3 78 Custom Controls Technology Inc. $3,790,000 $1 to$9 million 1987 4 �— .. ... � .3. � �...,.�;rxxa�t s< 'sT�s.-ir.. e�a-"*��< .� x .=..=x� _+Y. ,_ _rte,. G_r4 - . 80 GES Automation Technology Inc. $3,473,964 $1 to$9 million 1986 18 8i Control•Associates fnc $3,200,000 $50 to$99 million 1933 j {� 15 z :t 81 McEnery Automation $3,200,000 $1 to$9 million 1993 20 • era 'x k #x -� y s �; "w;1 A � 3 83 Bectro Controles del Norceste S.A.de C.V $3,000,000 $10 to$49 million 1991 50 83 gY ?s. $3,000,b00 $1 to$9 million 1X79 ' 2 ' 86 Tamaki Control Ltd. $2,782,000 $1 to$9 million 1988 31 „ t'�' �'S*�,;j,� •�? +,s�,+V `",7r "�,�.� �. -�'-"w�'� �r�"g,�i' ��x ': �•r*'r '_ s i e -a u c c .1 Y��Q: a. i� , ro �,._ raa ' T _ x c t Fb' r 3Vs -+ $ Yr.nIn� '"'..� ( ',:a Za 88 Primary Systems Inc. $2,500,000 $1 to$9 million 1989 10 89, George TI-Nail Co• • $2,100 000 $10 to$49 million 1932 15 l 89 Process Plus LLC $2,100,000 $10 to$49 million 1996 21 . y 17 e ' �a i ? �`� {Y �. n'MVC y 4 `g 4;; 91 Logicon Technosolutions Pvt.Ltd. $2,000,000 $1 to$9 million 2004 4Q , 91 ',.:••!'$2,000,000 i` $1 to$9 million:. 4978 10 91 Wes-Tech Automaton Solutions $2,000,000 $10 to$49 million 1987 2 ▪ c„ry -za '� �. ',;�cz'" r r,>•- s r,74 :. s • �'r y-Sire s s..�a�--�Y .� s .�".�, r � `--�o�"j�, �^ a. � ` � il^�,`�- ���-� 95 Jordan Engineering Inc. $1,800,000 $1 to$9 million 1999 11 97 Casco Syster s LLC X1.500,000 $1 to$9 million 2001 13 97 Paragon Industrial Controls inc. $1,500,000 $1 to$9 million 1993 5 , ; � , � 1` 9�� � nom. w�i.�''�•}-as �4 •'s'k.K �:.- �,'._" ��",. i44,=•:.- 40 11: r� � sus • x 100 Panel Master LLC $1,052,000 $10 to$49 million 1985 7 MITSUBISHI ELECTRIC AUTOMATION AUTHORIZED ROBOTICS SYSTEMS INTEGRATOR I Ilk ELECTRIC GLOBAL SYSTEM INTEGRATOR REPORT DECEMBER 2015 23 MITSUBISHIROBOTICS.COM Chaayu(.-MC 6cae.- SYSTEM INTEGRATOR GIIINTS INTEGRATOR INSIGHTS I `Skill development is the - 4 foremost focus of a great I manufacturer, and skill IV . 0. --,:t and knowledge sharing (within and outside the organization) is the best " � .4 attribute in successful „".., manufacturers. All suc- cessful manufacturers =. --,,..- lead the way in techno- 1 t,. logical advancements k c, with significant invest- t, '` ments in research and 4-1.4`'i47::- 1"-- development and there- fore always have a keen eye on the future- .ir z Intech Process Engineenng.Ltd. 1 Tycon Automation Pvt.Ltd. PRIMARY INDUSTRIES SERVED: 0 -- Cogeneration -- Energy(coal, hydro, nuclear, LOCATION: Noida,India wind) -- Pulp, Paper, Converting TIE WWW.TYCONAUTOMATION.COM 2014 SI GIANTS RANK:NR 1 © Browns Hill Engineering&Controls PRIMARY INDUSTRIES SERVED: LOCATION:Littleton, CO -- Food, Beverage -- Oil &Gas Extraction (on- 1 BROWNSHILLENG.COM shore, offshore) --Water,Wastewater \ 2014 SI GIANTS RANK.#54 PROFESSIONAL AFFILIATIONS:AWWA, UL 0 Custom Controls Technology Inc. PRIMARY INDUSTRIES SERVED: LOCATION: Hialeah,FL -- Cogeneration --Water,Wastewater WWW.CUSTOMCONTROL.NET -- Material Handling, Logistics,Warehousing 2014 SI GIANTS RANK#70 PROFESSIONAL AFFILIATIONS: CSS/IEEE, UL MITSUBISHI ELECTRIC AUTOMATION SYSTEMS INTEGRATOR PROGRAM A,l GLOBAL SYSTEM INTEGRATOR REPORT DECEMBER 2015 - 55 MESIP @MEAU.COM Changes(or[he 6e¢rr ADVERTISEMENT System Integrator Corporate Close-Ups - e a ,�-% r 1A .. s:a t • r a�i °" ;t ,4- ',F 1} ,1„,t s1 tz.:Tv., `45 ,&'t,'x. c�t'a+., i ", �a:c .'ra..,._e s,.-a,. `` -.. , .e<.s.._'1 x _» *: .._._xh .,-. a"r :.,t J ,, &' COTI cept. WE MAKE SOLUTIONS 1 systems Our engineers thrive on challenge—the tougher,the better.Show us a problem;tell us your goals.We'll I dive into your manufacturing process and build a smart,precisely tailored automation solution.We've done Headquarters: it more than a thousand times already. 1957 Fescue Street SE 1 ( Albany,OR 97322 Our job is to listen—to understand your opera- . ,--.-„f. Telephone:(886)791-8140 lion,your concerns and your goals—and then `':` 1 Email:contact-us@conceptsystemsinc.com deliver the right solution.The right solution — - . '`A+ ` Website:conceptsystemsinc.com means you see measurable results and return "r ` . on investment.We evaluate our success based + `f _ - on your success Primary industries 1 Aerospace And in the end,it's our goal that you come to k __ Y Building Products think of us not as a consultant or a vendor,or Food&Beverage even as a nice bunch of engineers—but as 1 ={ Metals a valuable and trustworthy partner who has ,-' , _ . helped make our business stronger and more �~.y'° Pulp and Paper your � "�-'"* profitable. Other office locations We are a CSIA Certified member,providing automated solutions that improve efficiency,yield,and worker Denver,CO safety across manufacturing lines worldwide.We are dedicated to providing you with cutting-edge solu- Seattle,WA tons that support complex retrofits,vision and robotic solutions and plant-wide Main Automation Contrac- 1 Charlotte,NC tor projects.Contact us. i i Full Profile at www.cfemedia.com/global-si-database/ConceptSystems t i i, 1 ' '^ 3aa f a ". '�`� �' t'��f nr2 sn. `Y-. y s z s 1�. il '4^Mf �t t -. , ,-,2 > i is a . �" , ''c ` a3 ,.:.;;sy,a,'" :�,. tcustom controls CUSTOM CONTROLS TECHNOLOGY, INC. ... Technology Inc. COMBINING SUPERIOR CONSTRUCTION PRODUCT 1 & EXCELLENT CUSTOMER FOCUS! 1 1 705 West 20 Street CCT is a premier custom control panel builder in the South Florida with capacity to serve National and { 11 Hialeah,Florida 33010°- International markets.We provide full services for design,fabrication,and integration of industrial control 1 Telephone:(888)693-4495 systems.Our main focus is Industrial Automation,System Integration,Custom Control Panels,Custom I Fax:(305)805-3440 Programming,Operator visualization,and more. 1 Email:info @cct-inc.com =` i_..,� Website:http://cct-inc.us Custom Controls Technology offer a wide variety T — - of products and services.As a technology - - -a ---X- 41111 business specializing in full system integration, _. - Y,' Primary Industries CCT is capable of taking on projects ranging s " Baggage&Handling from small electrical panels,to medium size Industrial Automation system integration,to large distributed control -::, Y`' '- ' .. 1 Oil&Gas systems—while letting the customer specify � kg'� z "t$ Pumping Systems exact level of involvement.Our customers can ¢ Power Generation take advantage of the engineering and technical 1 departments at CCT and the many years of experience in providing high quality control system solution 1 to get the job done right,the first time.CCT specializes in Industrial control and Automation.Services in I Other office locations retrofitting and automating existing machinery.New Pump Panels,PLC Panels,VFD panels,Municipalities 1 Marrietta,GA USA Pump Panels.Service to OEM for Control Panels for their equipment. 1 Honduras,Central America 1. I Venezuela,South America CCT is a UL 508A&698A certified panel shop and proud supporter of the Buy American Act.Please Call 1 or Email us if you have any question.We are here to serve you! Full Profile at www.cfemedia.com/global-si-database/CustomControlsTechnology -. , 78 • DECEMBER 2015 GLOBAL SYSTEM INTEGRATOR REPORT F.4 k'--, cr-- 4 irrA tirsi 0 . SYSTEM INTEGRATOR GIAINIIIIIIS ---.41 f); \ 1 = ..A ,...--- t 1 . TOP 5 INDUSTRIES SERVED Food, Beverage Chemicals, 89 Petrochemicals :,,,-,-A::--i3,4.7*,:.,:-.:::-„ :, -.._ ,, ,.,,, - , Bottling, Canning, _ 62o/0 Brewing, Distilling Energy (Coal, Natural Gas, Nuclear, Hydro, 62% Wind, Solar) Water,Wastewater 58% 2014 SI GIANTS INDEX FIRM NAME RANK FIRM NAME RANK Aaron Assodates of Comecticut Inc 92 Integra Technologies Corp 60 AB Kontrol Milhendislik BRisim San.ve Tic.Ltd.Sti. 97 Interstates Control Systems Inc. 30 Adaptive Resources 15 JMP Engineering 37 Advanced&Wise Solution Co.Lid. 97 Jordan Engineering Inc. 87 Advanced Integration Group Inc 65 Jordan Industrial Controls Inc 74 aeSolutions 49 Kaier Engineering Inc. 84 Applied Control Engineering Inc 28 Keystone Engineering Inc 59 Automated Control Technologies LLC 37 Knapp Engineering 80 Al rtomation&Control Concents Inc 52 Larsen&Tot ihro 1 I o 141\ Bailey Rice iiDirector of Business I atf/ - and Market Development I Giants among us Perhaps the list of system integrators listed in this poster should be re-labeled the movers and shakers of the industrial automation industry. They confront complicated automation challenges and apply sophisticated technologies and programming that yield today's most advanced and innovative solutions..Control Engineering is proud to once again present the top 100 System Integrator Giants for 2014, ranked according to total system integration revenue. Integrators are vital to industrial automation growth, especially considering the shortage of engineers in manufacturing.Today's integrators face the demand for consistent coordinated global design,project management, and support. Customers • - require real-time updates, analysis, and adjustments using new big data capabilities. Control Engineering's System Integrator Giants certainly do their part to provide best-of-breed solutions for global industrial automation. Each system integrator has unique talents_We recognize this fact and are dedicated to highlighting such diversity. End-user manufacturers can now easily select the proper service provider for their specific application with the help of Control Engineering's new Global System Integrator Database. The Giants Report and the launch of the new Global System Integrator Database. reflect Control Engineering's high regard for the service provider community. We strongly encourage manufacturers to engage with this highly influential and - knowledgeable group. They'll turn your vision of a perfectly designed system into - integrated reality. If you have questions about the database or the other means in which Control Engineering and Plant Engineering support the System Integrator community, please contact me directly. Bailey Rice Director of Business and Market Development brice@cfemedia.com 630-571-4070 ext. 2206 www.controleng.com/global-si-database 49 aeSolutions 42 Greenville,SC,U.S. www.aesoins.com 1998 50 Insist Avtomatika LLC 28 Omsk Omsk Oblast,Russia www.industrialsystems.ru 1993 51 ESCO Automation 46 Marion,IA U.S. www.theescogroup.com 1988 52 Automation&Control Concepts Inc. 45 St.Louis,MO,U.S. www.a-cc.com 1996 53 Industrial Automation Group 58 Modesto,CA,U.S. http://automationgroup.com 2000 54 Browns Hill Engineering&Controls - Littleton,CO,U.S. www.brownshilleng.com 2000 55 Trimax Systems 71 Brea,CA,U.S. www.trimaxsystems.com 1983 56 Mafisko Enginerring Inc. 50 St.Louis,MO,U.S. www.malisko.corn 1994 • 57 Patti Engineering 55 Auburn His,MA,U.S. www.pattieng.com 1991 58 IASTECH Automacao de Sistemas Ltda 57 Sao Paulo,Brazil www.iastech.com 2002 59 Keystone Engineering Inc. Mandeville,LA U.S. www.keystoneengrcom 1988 60 DMC Inc. - Chicago,IL,U.S. www.dmcinfo.com 1996 60 Integro Technologies Corp. - Salisbury,NC,U.S. hittp://integnp-tech.com 2001 62 cyberTECHNOLOGIES GmbH - Fremont CA U.S. www.cybertechnologies.com 2000 62 Faith Technologies 36 Menasha,W,U.S. www.faithtechnologies.com 1972 64 Cogent Industrial Technologies 64 Richmond,BC,Canada iwww.cogentind.com _ 2005 65 Advanced Integration Group Inc. 61 McKees Rocks,PA,U.S. www.advancedintegrationgroup.net 2000 66 GES Automation Technology Inc. - Harrisburg,PA U.S. http://www.ges-automation.com 1986 66 PRIME(Controls - Detroit Lakes,MN,U.S. www.primexcontrols.com 1975 68 Mikro Kontrol 67 Belgrade,Serbia www.mikrokontroIrs 1996 69 Tamaki Control Ltd. - Portales,NM,U.S. www.tamaki.co.nz 1988 >J 70 Custom Controls Technology Inc. 66 Hialeah,FL,U.S. www.cct-inc.com 1987 70 Industrie Sigrarna S.A.de C.V. - Torredn,Coahuila,Mexico www sigramacom.mx 1987 72 Industrial Automated Systems - VVilson,NC,U.S. www.las-nc.com 2000 72 McEnery Automation - St.Louis,MO,U.S. www.mceneryautomation.com 1993 74 Jordan Industrial Controls Inc. - Mt.Zon,IL,U.S. www.jordanid.com 1995 75 Process Plus LLC 77 Cincinnati,OH,U.S. www.processplus.com 1996 75 Synergy Systems Inc. 79 Lisle,IL,U.S. www.synsysinc.com 1979 • 77 Bectro Controles del Noroeste 68 Hermosillo,Sonora,Mexico www.ecn.commx 1991 S.A.de C.V. 78 Machine Vision Consulting 72 Westborough,MA,U.S. www.machinevc.com 2002 79 Phantom Technical Services Inc. 65 Columbus,OH,U.S. www.phantomtechnical.com 1997 80 Control Associates Inc. 81 Allendale,NJ,U.S. www.control-associates.com 1933 80 ETCorp LLC - Pleasanton,CA,U.S. www.gpacsystem.net .2007 80 Knapp Engineering - Prospect CT,U.S. www.knappengineering.com 1989 80 Primary Systems Inc. - Old Bridge,NJ,U.S. www.primarysys.com 1989 84 Kaier Engineering Inc. 83 Lawrence,PA,U.S. www.keiernet 1991 85 COS Innovation Inc. 89 Benton Harbor,MI,U.S. www.cosinnovation.com 1977 86 MB Controls Inc. - Lexington,KY,U.S. www.mbcontrolsky.com 2001 87 Jordan Engineering Inc. 82 Beamsville,ON,Canada www.jordansynergistcom 1999 88 George T.Hall Co.Inc. 87 Anaheim,CA U.S. www.georgethall.com 1932 88 URN<U.S. - Louisville,KY,U.S. www.linak-us.com 1984 88 Wes-Tech Automation Solutions - Buffalo Grove,IL,U.S. httpi/wes-tech.com 1976 91 QSPEC Solutions Inc. - Lenexa,KS,U.S. www.cispec.com 1999 92 Aaron Associates of Connecticut Inc. 74 Waterbury CT U.S. www.aaronct.com 1972 92 Paragon Industrial Controls Inc. - Tustin,CA,U.S. www.paragon-ind.com 1993 92 Puffin Automation - Eden Prairie,MN,U.S. www.puffinautomation.com 2008 95 RL Consulting Inc. - Muscle Shoals,AL,U.S. wvvw.riconsuttinginc.com 2003 96 D&B Custom Wiring - Conneaut Lake,PA,U.S. http /cibcustomwiring.com 1974 97 AB Kontrol Mukendislik Bilisim San.ye - Istanbul,Turkey www.abkontrol.com 2005 Tic.Ltd.Sti. 97 Advanced&Wise Solution Co.Ltd. - Bangkok,Thailand www.awsth.com 2003 97 H2W Technologies - Santa Clarita,CA,U.S. www.h2wtech.com 2000 97 SKW Enterprise Solutions Inc. - North Kansas City MO,U.S. http://skwesi.com 2011 Ills-v—: B a g ase- '-'-4 -'''''-'.. .. ' ' 9 0`E.d- tt-- - '.'" F. a r't,a- • • a 1,'..--. u,-• rt_ ' r.;•,,,c,_,.-„y;„-,-..,..-_,I.f --,4,.. _ .,v., ,:-, - ., . __:‘,4 1.,...--;,*- , :-.,::....T.rv,,c, .:.A.1--....:-:,:-..:• .. . • •..•, ?•-.•,,, ,.,,,,,,...r_ • • ' .---_;-..k.',4.." .2,••=.:-.;;•... -.- - •.- :".'-,,:- .,•-"`•:4.=47-•-::-, : '- .. ., ,,,...,,.. ,. .. ,_ _. -,r i- / ---, ' , ' .-- /..Tv— -. - • k1:1 d Itta-- blel 1 4,-,:3_,:,_ ,, ....,. .....,..,,,..,.....:,-,‘,..-., F.--._••, , i q, , ,,,-; , S ---- — ( ) ng Soon ! ,..--_,-,: .1], r -. • si- -, y•- . . . . . T=r-..0 1110:al 6,0ffitrigsoon p :i5-,,------; .2 .i5,-. , .„----iss.out CS . . .,,.,„...,.......,„ '.''',3.... .::!'0...,--,-- '.. i Control Engineering J 2013 System Integrator Giants Page 1 of 3 .', r...,---..,;.*---", ,4,17."'''-----7!''''''''-•••••'''' ..L.'. :I 4"■;?.er-..Ti...Fr.,-,:-.;:si;:1. ,•, .:,:... :,':.,,I .-- '..„.. •■"....i:',..;:•-ilv ,_--,',. .:7A e.:-.. _„ :.- -,.. . . ENGINEERING millinc.. ... . .,';"..:"ir ref'::'..:...:'4'.-f.rj,,ir,:-;-,5.',-."5',;=-Ft--f:i::;:1,1-;,::.';■t,,.',"'........i,...•....i.!-,:,,,;::i:.;;!",s'i (v,„.. o,..„,......,(7FFg---zii„, ■Pi":: We)come:9724717 Subscribe . - • Loading!. -Y....;i, i-'r-: ..4-'. its ig, il FT, 0 Loaaing -,; -...-;.., -.s+-•gi..•`t.*.,'9Pa=tedbY::. Manage Account ; - ' .; ' :,:.:-!.';-.,.,1. .. .;, •--:,r,?';:'''.-;:-i.1-' ,...i, • - ; .,1-,.F!Zi-)'--''. t'.1".-."14:"..1-k:X:4,,114.:-'?:, u...-,-...1 rer.dingc,--:.r• •New ProducLs . ' Control Systems -.-'Process Unru(aciuovg as0ele.1.1a-Joao:errs -Sys-tem Integronen iletworInno.3 Security Into Management. '11915 ....N.:- -i --'''X'•L-F----...-_.._ • I . •-• ' ' -.,..I.-v _ .. ..7;I —11Eralir ... -. i._•:-:..-,--•' ' , .- - •:-.7'.::.7.-_-2„.._ - .-,--,.. r,v, :. , ,..,.. L., ,.: ,.;..._. ... '....■ .,., . ... .. !..". -:-...;11'N'' 6-..- ..- ,,,,E.,A — •:----,-----.--'-' I n .a o riip,,.._.. 00r tre„,.,1-N..,,,.r;,•,-.•, .t.c..,. • apighpii... Ara--,,,,,,•cy....„-;;;;ii...,"33 2013-4; ..F.,, 't,tift.7.;3•1'.'"•,t.......''.."'. ' ''''' :,'..,,•CP., .: ....::' '... -- I c.: Wu- l• • '' -:.."..'-;i'-'1' -•.;.t.-. Y.; -,, ' :...'-..,'-f,--,•j:"-■." I ci n 1 s.,,,..:,. , . , lot( . . .. ., , ..:-... -:i.a-- _-.1,s_entir-1,-- —•:-. -?..2sie:,'_:: ..L.7,.. -': - ..- . dig i I 1 ---j- tal SI •Sof To rIt3 2013 1 2012 • Ownership lob)gross Total SI i , 1 t- rent. Company name . rank' ' type revenue IS US) revenue($US) • "...(''Snl'' le*oce'n1TYn) Web address opt 1 Pvt $3.800.000.0e0 3150,1300003 4% Gennany ....,v‘scrouo net Intr 2 Wand Gimp Simians- 1 Pub - mumps 505,000,000 03% U.S. w.....-nruenr.olna urn IN Pla for 3 hfaverkk Tadao:4°03a- 3 Pvt 5813.000,000 toteasssa 01% U.S. 1.4.4-4.1.44V-scr,44,CVD •Ma, 4 PrIrns Cord:oft LP. 833,235,302 343,950.701 70% U.S andatccs ma 5 OpUmadon Technology Inc. 4 Put 931.203.000 $45,500.000 74% U.S. vwys sat 6 -Mangan bid" 11 Enrp 582.050.000 341.600000 00% U.S. Ne,m-rarv,r•rw..orn Gla 7 - ERB Pub $35.975.989 336,570,089 100% Netherland' w.w.Mb nt •Re, car , Cellist*lath:taw(Asaco"*. Pot 337,000,000 toStossas 94% -Canada vm4i w4019 PS2 rouged) cm the 9 Avanceon a Pot 532.830.000 534,000,000 75% U.S. mono 2v14.441,1,1411 of t 9 Amon Put 337,000.000 $24,009,000 65% Canada . ...ow'overne con •PLO 11 Intech Procose Autorrodon Pvt 330124.319 953.447.318 62% U.S um,vinted"Ww Carp M° •isol 12 MOM Technologles Ind" 10 Pot .000.054 - 523,205,323 00% U.S. umw rnmrretr min Out 13 ridao Arbon Autornallon Inc. 22 Pob 535.000.005 530.000.000 57% U.S. y4.4v 1.14...P,3 pxn net , . t4 premier Systrimhdagralara Pvt 529.500.1300 $marm= 67%, U.S. : trcessmaLwaastat out •Sm 15 EN EngInoorIng LLC 14 Pvt 9132.300,540 $17,070,044 27% U.S. wer www•vmmdm nog 10 E-Tesamologlas Group - - . Po 317,00000 517,009,000 -100% U.S. 4414..4,3,4..17,,,, .136, , arc 18 SAC Enemy.EnvInaranord& 46 PO 5059,075,030 $17.000000 3% wwv w.:v vumf Infrastructura LLC e' v..i ,• ant 16 - Tetsengeer Inc. 13 Erni:. 3213,000030 317.030,000 GS% -U.S. 1.....,..4,,....,,. 1 . . _... . .. ..-- . . ... _ - 19 Concoct Systems Inc" PM 510,700.000 310,700.000 100% U.S. I .03-mwr mat - 1 20 Applied Control Engineering Ind 16 PA $15000,000 91 5.000,809 100% U.S. vum4....z...._,■crr 21 idiom=SPA Prt $15.7013,000 519.709,000 100% to* w",mmw em 21 Manna Systerro LLC Pot 525.100.000 515.100,000 82% U.S.. 23 Elanyirehrrelor Desbyn Group Pat 5190,544,057 514,163,937 7% U.S. r P.twelel.r.Vrr.,■ce, 1 24 Indfcan Corp Pat 333080,01113 514.800.000 37% U.S. .mm.-cmc cv, t I 24 Intor•staies,Cantrol Syaterns Inc." 19 Pvt 316,500,000 014.000.009 76% U.S. mw wwvvm cm 29 Foe Star Elactdo - Pot 308.000.000 , 013000.030 20% ' U.S. rticagLom I 1 27 Champion Technolow Service:1 Ind 20 Pat . 322.730000 312,150,000 57% U.S. stood Arternalgo 17 Pot ' 314.037.1300 512,210,741 02% Made mml../...7.44nT,V,IN 29 Hollander Tadinkk PA 836.241.2113 mimosa 14% Netherlands ....4.fr4.4.4* . 29 MS Hotly-Rut - Pot - 313,000,000 112.000,000 •00% U.S. " wrrrormwe m v i 29 Integrttylatagraaan Resources PR)"' Pat 1:29,503xo 812450.050 41% u.s. . ,. . ' 29 Kehler Aularrodon Corp. Pr! 514S01.030 512.000.080 86% U.S. , 33 1MP Engl0e0l169- 8 Pvt 519245,000 smasossa 82% Canada 4,....M-r 4,4,a, 1 _. I i. I https://www.controleng.com/events-and-awards/system-integrator-giants/2013-system-integ... 5/1/2014 I ■ Control Engineering 1 2013 System Integrator Giants Page 2 of 3 34 Math Cash Ins Pet 411200,000 510.994000 08% U.S. .......,ea,+:..+--. 35 MLR System GmbH Enp 315.641233 510,944933 70% Germany a.,..e• 38 Fan Taducb9ies 28 Pet 3261,003000 $14535.000 4% U.S. tee"—.—fix . I 37 SplraTeo PvOEmp 512,165000 310.525000 88% U.S. Iep.,a.nlos-idar---.era 38 Avid Solution Pt 415236.000 410,281,030 67% U.S .-*.e., 39 Imrovafiv.Canines Emp 0104,000,000 410,200,000 10% U.S. tee-a'eo'n oar. 40 Themalnc. Pvt - 514173,595 414173,645 100% U.B. - - 41 Amen= Pub 9533,500,000 $10,120,544 2% U.S. 42 macadam Pvt 529,000.000 '39,394000 32% U.S. .m-a.ad..a,- 43 SuperorCatrals In — Pot 59,400.000 490300000 96% U.S. `e.„--r„T% 44 A16611 Technaogiea • PA tole _ 46,804000 9/9 -U.S -.-e ate..r-.., 45 Automation B Control Caerxptslns. 37 Pet $8,353,000 $8,353,000 100% U.S. ,•-.anam 48 ESCOAubmmBan 1a Pvt 938.104000 48,100,000 21% V.5. ,..e a..mmaaara ern 47 -Cal-Bay System Pat 58.000,000 58,000,000 100% U.S. r.,.s ester rem 47 Direct Autoaa85l LLC PA 510,030,000 00,000,000 60% U.S. •,w.i e.cx a.m.a,-„-aa 47 Zarpeo lro. Pub St 1000,000 58,000000 73% Canada ,n.,-•r.,.,,, 50 Mallsao Engineering in% 40 - PA 58.500.000 57,600.000 89% U.S .....,nak+,- . t 51 Commas Elechonlo Pvt Ltd. Pat 337.735,848 47,547,189 20% India , , 52 R.D Custom Auorm0un Emp 34200,000 • 48,970,000 85% 'U.S. y.um=�wN.am 63 Cougar Automaton Lad. 41 Pat 54253,988 56.803,174 an U.K Tar.,aasn,I ono,-..r 04 Dynamo Omign 6du0ons Ina. Pvt 54155.000 56.154000 100% U.S. "`Oni' 4 sassmia 55 Patti Engineering Ina.. Pat $8.700.000 $5,900,000 08% U.S. a',■a.c+.vm.,. 58 Stratus Automaton Pot $7,280,000 59,760,000- - 60% U.S. " .....a-.003.0.., 57 IASTech Auomaeao do Slaloms Ltda. Pvt 47,504000 4625000 75% Brazil m,••ec&or am er 5a IndW0181AUtOmallon Group 55 Put 47.404000 95,604000 76% U.S. 59 Integra Tochrrologles Corp. 38 Pot 85,505.008 55,500.000 100% U.S.- own,-ercA.o.-m 40 .Bobth WeOh Pvt 422.703,000 35.150.000 23% , Scotland ....a _,•> a�i e 111 Advanced ImegraOan Group Inc 53 Pvt 57,062559 55,052,000 71% U.S „e„ - „1 Y 82 Industrial Turnaround Cote.(TTAC) Pat 342.000,000 84.600000 11% U.B. ..'o sr:,l., 63 Nolan Systems LLC 7a PM 55,500,000 $4,500,200 82% U.S 84 Cogent Industrial Technologies lad. Pvt 94,404060 54.404000 100% Canada �•.•,2,a....,mss.. 65 Phantom Technical Services Inc Pvt $590.570 53,098,510. 100% U.S.- aT..Tam w.r■ca..m .40 Custom ConOab Technology Inc. 64 Pat 34,275,250 52785000 69% . ,U.S. 67 h35m%antral Doe. Pvt - 57,800,000 - 99,600,000 - 46%- • Serbia ..-.+t,•.=r - • 69 Electra COn0Cim old Nameate,BA de Pvt 519.404000 93,590.003 10% Medea r..-...a,.r•. 69 Mertes Solutions lm. Emp 94,000,000 43,500,000 O8% U.S. - ..•,r..am.,•e a:m 70 Optima Control.SaI8ona Lel. Pet . 33.33%000 33.330.000 - 100% U.K gym•-•s*.e.^*, 71 Tdmoa Systems Inc. PM 45.199.518 53,320.239 94% U.S. ...,.e,.n-..•... '' 72 MachM0 Vision Consulting Ina 84 PA 83,200003 •93200.000 ' 100% U.S. •03..03.1=33 9.4 a.. 73 Leman Control Systems Inc Ba Pvt A.900,0011 93,128,000 80% U.S. w•.,1. +-oyn li 74 Aaron AssodateaafCannec004 lire 74 Pot 33.330.000 93,800,000 80% U.S. ..........e=,. I. 75 Industrial Process Group LLC Pvt 43,738,844 •32.843.105 76% U.S. 78 Pm-ATBV Pot 53.204000 Q800,000' 88% Nat iedallds -r•—•=.m-rd • , 77 Process Plan LLC 97 Pv5Ertp $18,100,000 42,880.757 17% V.S. p-n,r<e„aksrum 76 River CamulSI®LLC 07 •'Pot 727.392.088 '42.591,479 9% U.S ' ...,n,.aaadrmt an 1 79 Adap4va Resources Ina Pat 93.500,000 '42,503,000 71% U.S '•.. ..,. era' 79 Synergy SyStarre Ina. 67. Pvt - . 43.100.000 42.500.000 ' 81% , U.S. 1.r.4:mm.-i.,3.� 61 Control Mandates Ine. Emp in 32.400,000 n!a U.S /TX/a.sI+••eau.o” 1 82 Jordan Engineering Ina Pvt • .52.316,341 62.310,301 100%• , Canada .,...:ti-n. .ses. j 83 KalerEnoMmMr.g Pvt 53,000.000• $2,250,000' 75% U.S. •,..,k_.. 84 Sap $3,800,000 42200,000 81% Brun yr-.,"4 a,, tP..C,.a e. i https://www.controleng.com/events-and-awards/system-integrator-giants/2013-system-integ... 5/1/2014 Control Engineering I System Integrator Giants 2012 -Page 4 Page 1 of 2 ,4 - : ••r '•` User Login ( Streamline your servo system. � ume Password r•— Clidc Here to Subscribe Contact Us - _ CE USA CE Chin CE exam CEe.ma CE%ono C£Card ®• Ei � r _ _� r 4 ,SEARCH 0.rNivac . Sponsarnal fry: ENGINEERING Channels New Products Media Library Connect Industry News Events and Awards Newsletters Blogs -fw•_ �,y��-.a+ r i --' - Feature .f f �l .� "+* - r, system[ �.■ I .ae y"+. 's•. .r,.t^ - 'fit•-(System .. Software _ ,,5 •t r}.]n 1� _ IEEE 802 * s `' 'Integrator Access P: .. - Speed,F1 NASCAR . - t.. ..n . - .. - - aRPredal Charity 1 • Total Grass Total System Portable 2012 Ownership Revenue for Integration ISA100 P B UUSTRIAL ZONE Rank Company Name Typo Fiscal Year Revenue Corporate Address Main Phone Complex ARCHITECTURES 5933 Brookshire Boulevard From Sp: 76 Nexlen Systems Private $4 million $2 million Charlotte,NC 28216 USA 800.797-0825 Wireless Rua Luiz Carlos Brunelle Servom0 77 Orlon Sistemas a Automacoo Employee $11 611100 $2 minion 639,YaOntuss +55 19 4009 0.eRlaCea Industrial 530 Paulo 13278-074 Brazil 2500 Pressure Gas Indu 78 Process and Production Controls private $2 million $2 million IS Pervral SL 781-329-3770 Fiscal Dor p, Norwood,MA 02082 USA •More _OPTIMIZE 210 West Rd.,Ste.5 .NETWORK 79 United Automation Inc Private $3.5 million $2 million 603-431-9299 -tom Portsmouth,NH 03801 USA 'J - rs1T ; -' ,-DEPLOYMCIS f Aden St-,pzs Al AI Khar .1..� : Vista Automation Private $2 million $2 million Industrial Area 1 +971 4 320 7060 iDubai,United Arab Emirates b v- 1605 Gene Autry Way - 81 George I Hall Company Inc Private $15 minion 51.8 million Anaheim,G 92805 USA 714-939-7100 82 Taolm2n Corp. Private $2 million ;1.7 million 878 Wesdnghouse Rd. 512.861-9685 Georgetown,TX 78626 USA • 83 Snlacions m $1.6 million Autoaticas Private $7 million Cage 152A21 Bagatd 110131 1 Col Colombia +57 1 6266668 • ~ l" � — o0Y'- ` ^ 84 Custom Controls Tecbnol n•. Private $3.6 million 31.4 million 705 West 20M SC 305-805-3700 ' Hialeah,FL 33010 USA nil ARC 85 Centris Technologres Inc. Private $2.2 million $1.4 million 614 Lionel-BOUkL Ste.200 514-316-1457 Varennes,Quebec I3XIP7 Canada AI Shorta Towers St.,Sumed 2 • I • 86 Soullntec Private 519 million $1.3 million Building/2905 +203 3870015 I Semouha,Alexandria POBOX .• _ ..___ .- _.. - 0044/21523 Egypt 87 Proses;Plus Employee $11.7 million $1.2 million 1340 Kemper Meadow Or. 513-742-7550 Pe 1'so.1(11 andnnati,OH 45240 USA OP Service 88 Apes Controls Specialists Private $3 million $1.2 million 5521 Industrial Rd- 812-838-0148 N'E+ Mt.Vernon,IN 47620 USA PEI so great. 313-2071 Kings-way Ave i : -1 89 Coast automation Inc. Private $1.7 million $1.2 million Port Coqultiam,Bn'Ush Columbia 604-777-4447 V3C 6N2 Canada - .i 502 S.Vista Ave. I 90 API Inc Private $11.3 million $1.1 million 630-458-0008 I Addison,IL 60101 USA 100 N.Main SG 91 Automation Engineering Private $4 million $1.1 million 479-638-0 Hackett,AR 72937 USA 479-638-8398 k'___ 48 Ili Naar St. 92 Global Technical Services Employee $4 million $1 million New Mead,Cairo,Maadi 11321 +202 270 55 222 Poll Of Egypt GoesGreitter Str.58/60 +49(0)3641 Are your 93 Goopel Electronic GmbH Private $34 million $1 mili0n Jena Cr-07745 Germany 6896-0 networks aaina st F4 c 2075 Henry Ave.West.Unit 23 Ok 94 Modern Process Control Consulting Private $L3 million $1 million Sidney,BnZtsh Columbia VEIL 1T2 250.655-8959 w°. r Oban d W4e Canada out oe - kr OWOrn• 3565 North Parkway [hare y 95 Agape Collaborations Inc. Private $1.3 million $803,000 Cumming,GA 311040 USA 770-355-1687 Oran de Would f on loo v 96 Parlor Control:are Private $1 million $800,000 713-935-0900 O en burr • http://www.controleng.com/index.php?id=5603 7/12/2013 Rockwell Automation Florida Territory 5820 West Cypress Street,Suite E Tampa,FL 33607 USA Tel 1.813.466.6400 Fax 1.813.466.6401 www.rockwellautomation.com Rockwell Automation September 13, 2013 Gerry Gallo Custom Controls Technologies Re: Miami Dade Water and Sewer projects Rockwell Automation, who manufactures Allen-Bradley brand controls, has a long standing relationship with Custom Controls Technologies. For more than 10 years, Custom Controls Technologies has been recognized by Rockwell Automation as a panel systems integrator who has successfully engineered,fabricated, and installed Allen-Bradley brand control systems for the water and wastewater industry. You can have confidence in knowing that Custom Control Technologies and Rockwell Automation share your goals of an on-time and on-budget controls system that will be supportable and maintainable into the future. Respectfully, Elmar Gillrath • _ . Rockwell Automation Florida Territory Channel Sales Manager (714) 404-7310 Allen-Bradley • H E E KILLERS' ELECTRICAL ENGI/VEE.RI_VG, INC. February 10, 2016 To whom this may concern: Subject: Hillers Electrical Engineering, Inc. recommendation for Custom Controls Technology, Inc. (CCT)as a qualified Control Panel Manufacture. Hillers Electrical Engineering, Inc. (HEE)has several years of experience with CCT providing U.L. approved control panel/automated systems for water/wastewater treatment facilities projects located in Miami-Dade,Broward and Palm Beach counties. CCT has always demonstrated knowledge,workmanship and 100%warranty/support for their products for all of our projects. Also CCT worked with HEE providing the approved control panel/automated systems design for the City of Miami Beach-Venetian Islands storm water pumping stations project. Sincerely, Thomas Doran, Vice—President 2:32.57 Stale Road 7, Suite 100. Boca Raton, Florida 3;H213 561-451-9165 Fax: 561-4151- 1886 MIAMI-DADE WATER AND SEWER DEPARTMENT Pump Station Maintenance Division • 4801 S.W.117 Avenue • Miami,Fkrida 33175 • Tel:305-273-4800 • Fax:305.273-4805 SERVE•CONSERVE September 30, 2002 Miami-Dade County Department of Procurement Management RE: CUSTOM CONTROLS TECHNOLOGY, INC. Dear Madam/Sir: Please be advised that Miami-Dade Water and Sewer Department has acquired numerous electrical control panels for use at our sewer pump stations, manufactured by Custom Controls Technology, Inc. The quality of the components, and the workmanship employed to build the panels has been excellent, and consistent through. In addition, the department has obtained start-up services from the above- mentioned manufacturer, and it is very pleased with their response and quality of service. Moreover, WASD has purchased pump-speed-control equipment from Custom Controls Technology, Inc. i.e.,the ones for pump station#307. Gerry Gallo, its President, as well as his service personnel, have been traditionally cooperative with this department, and have helped in achieving quality and efficient pump speed controlling designs and equipment. We hereby recommend Custom Controls Technology as a qualified and reliable source for building and servicing electrical control panels for sewer pump stations. Should you have any questions or require further information, please contact us at 305-273-4812 or via e-mail to Acurb(a,,miamidade.00v Sincerely, Angel A. Curb• Chief, Electri;r Section Pump Station Maintenance Division Miami-Dade Water&Sewer Department cc: Al Galambos Oswaldo Imia • t MIAMI-DADE WATER AND SEWER DEPARTMENT 4200 Sa!zedo Street,Coral Gables,Florida 33146•Tel:305-669-3700 SERVE•CONSERVE December 6,2001 To Whom It May Concern: This letter is to attest to the professional and invaluable service, which Mr. Gerry Gallo,of Custom Controls Technology, Inc., has provided to the Miami-Dade Water and Sewer Department. Currently, he and his company have worked on a $575,000 project for Pump Station No. 307. This project will be successfully completed within the following week. Custom Controls Technology, Inc., has supplied the Department with custom control panels and has consistently satisfied the needs of the Department utilizing complicated specifications under difficult conditions. I would not hesitate to recommend Custom Controls Technology, Inc., to any prospective client who may be interested in establishing a business relationship with Mr. Gallo. Sincerely, Isaac A.Gutierrez,Chief Pump Station Unit IAG:rga cc: Humberto Codispoti,P.E.,Assistant Director John Chorlog PE.,Assistant Director Tony Smith, Senior Professional Engineer Ozzie Imia,Electrical Design Supervisor I. Gary Clarke,Construction Manager ccrd ,,, July 21,2011 Eckler Engineering Mr. Douglas K. Hammann 4700 Riverside Drive, Suite 110 Coral Springs, FL 33067 RE: Custom Controls Technology, Inc.-Reference Letter 705 W 20th Street Hialeah, FL 33010 Dear Mr. Hammann, It gives me great pleasure to recommend Mr. Gerry Gallo and Custom Controls Technology, Inc.to your firm. I have worked with Custom Controls Technology, Inc. on some high profile projects for the University of Miami.On these projects, Mr. Gallo assisted me in the preparation of the design and specifications for UL listed custom cabinets serving the power and low voltage requirements of the University's portable CT Scan and MRI trailers. Custom Controls Technology, Inc. also manufactured and provided the specified custom equipment for these projects on time and per the specifications.They also provided a high level of coordination amongst all involved parties during the construction phases resulting in successful projects and satisfied clients. I recommend Custom Controls Technology, Inc. and look forward to working with them again on future projects. - . • • Sincerely, ccrd partners . Hermin Soler, PE, LEED AP Associate • 2121 Ponce de Leon Boulevard Suite 350 Coral Gables,FL 33134 p:305.569.1692 f:305.569.1693 Professional Consulting Engineers Page 1 of 1 Austin I Dallas I Denver I Houston I Miami I Nashville I Phoenix I Richmond I Washington D.C. • 5820 W.Cypress St Suite E Tampa,FL 33607 Tel 813 466 6475 FAX 813 466 4601 igtumer@ra.rockwell.com • Rockwell Automation April 14, 2011 Gerry Gallo • Custom Controls Technologies RE: Miami Dade Water and Sewer projects To: Invitation to Bid—Miami Dade Rockwell Automation,who manufactures Allen-Bradley-brand controls, has a long standing relationship with Custom Controls Technologies. For more that 8 years, Custom Controls Technologies has been recognized by Rockwell Automation as an panel systems integrator who has successfully engineered,fabricated,and installed Allen-Bradley brand control systems for the water and wastewater industry. You can have confidence in knowing that Custom Controls Technologies and Rockwell Automation share your goals of an on-time,on-budget, controls system that are supportable and maintainable into the future. . • Best regards, } ;� Jim Tumer • Territory and Channel Sales Manager, Florida Rockwell Automation LISTEN.: THINK: SOLVE: vFPHc-iko City of Hialeah Gardens Public Works Department -q� www.cityofhiafeahgardens.com 0 Raaa��` July 22,2013 City of North Miami Beach 17011 NE 19th Avenue North Miami Beach, Florida 33162 Re: Custom Controls Technology, Inc. To whom it may concern: It is with great pleasure I recommend Mr. Gerry Gallo and Custom Controls Technology, Inc. The City of Hialeah Gardens purchased numerous electrical control panels for sewer pump station repair project. The materials, components, and workmanship utilized have been of the utmost quality. Mr. Gallo provided and maintained a high standard of professionalism at all times. We look forward to working with them again on any future projects. If you have any questions or concerns, please feel free to contact me at your earliest convenience. Sincerely, J•se M. Lopez, Director ity of Hialeah Gardens Public Works Department 10001 NW 87th Ave.,Hialeah Gardens, FL 33016 PH: (305)558-4114 FX:(305)819-5315 Water and Sewer M I AM I-DADE Pump Station Maintenance Division 4801 SW 117 Avenue COUNTY July 30,2009 Miami,Florida 33175 T 786-268-5508 F 305-273-4926 ADA Coordination miamidade.gov Agenda Coordination Animal Services Miami-Dade County Art in Public Places Audit and Management Services Department of Procurement(DPM) Aviation Building RE:CUSTOM CONTROLS TECHNILOGY INC. Building Code Compliance Business Development Capital Improvements • Dear Sir/Madam: citizens'Independent Transportation Trust Commission on Ethics and Public Trust Communications This is to recognize Custom Controls Technology Inc For the past ten years, Community Action Agency Miami-Dade Water & Sewer Department (MDWASD) has purchased numerous Community&Economic Development electrical control panels for sewer pump stations from Custom Controls Community Relations Technology Inc. The.materials, components, and workmanship utilized in the Consumer Services manufacture of our panels have been consistent with our standards and of the Corrections&Rehabilitation Cultural Affairs utmost quality. Moreover, MDWASD has acquired panel start-up services as Elections well as retrofitting services to variable speed control panels from the same Emergency Management company. Response and cooperation in addressing these issues have been Employee Relations excellent. EmpowermentTrust Enterprise Technology Services BecaUse of their quality products and service,Custom Controls is one of the Environmental Resources Management Fair Employment Practices preferred panel manufacturers used by private developers and MDWASD • Finance contractors. Are Rescue General Services Administration We hereby would like to recommend Custom Controls Technology as a qualified Government Information Center and reliable source for manufacturing and servicing electrical controls and Historic Preservation panels for sewer pump stations. Homeless Trust Housing Agency Housing Fnance Authority Should you require any information,please contact us. Human Services Independent Review Panel International Trade Consortium Juvenile Services Sincerely: Medical Examiner Metro-Miami Action izati' - 1411° Metropolitan PlanningOrganizati. // Park and R-W-ation Angel A.Curbe Planning add Zoning Police W&S Assists t Su -rintendent •Procurement Management Miami-Dade W r&Sewer Department • Property Appraisal Pump Station Division Public Library System Office:786-268-5517 Public works Email:Acurb @miamidade.gov Safe Neighborhood Parks • Seaport ._ Solid Waste Management • Strategic Business Management Team Metro f - -{-. ' • • Transit r / ^l r /Y l^f•:y,. 9 /.• Task Force on Urban Economic Revitalization ... i - •Vizcaya Museum And Gardens . • Water&Sewer • Ef[• N September 4th,2015 To: Whom it May Concern From: Eaton Corporation 1700 North Powerline Road,Suite J Deerfield Beach,FL 33442 Subject: Custom Controls Technology—Eaton Adjustable Frequency Drives Premier Integrator To whom it may concern, Custom Controls Technology Incorporated (a.k.a. CCT) in Miami, FL is a well-recognized systems integrator which designs, installs, commissions and maintains Automation, Distribution & Power Generation Control systems using many different Eaton components and assemblies. CCT has been an Eaton Corporation Systems Integrator and Partner for over 12 Years. Furthermore CCT has specifically been an Eaton Variable Frequency Drive Systems Integrator for the same length of time and has successfully installed and commissioned Eaton's full line of low voltage drives, from Standard 6 Pulse, 18 Pulse Clean Power to Liquid Cooled Units. CCT has also worked very closely with Eaton's Drives Tech Support group to engineer and develop many complex solutions in the marketplace. Eaton Corporation highly values the relationship with CCT.They have always delivered projects in time, within budget and fully compliant with the customers' specifications. It is our opinion that CCT is by far the one of the best and most competent Systems Integrator in the State of Florida. In addition, Eaton provides factory service personnel located in South Florida that are trained in the application and maintenance of adjustable frequency drives that will provide backup service to CCT. Best Regards, Javues A. y w James A.Yoho Regional Drives Manager Eaton Corporation South Eastern Zone Sch,peider Electric 490 Sawgrass Corp. Pkwy Sunrise,Fl 33325 Phone 954-308-8761 09/16/2013 To whom it may concern: This letter is to confirm that Custom Control Technologies is a registered Authorized Solutions Provider for Schneider Electric North America. They are an OEM(Original Equipment Manufacturer) of Schneider Electric/Square D who utilizes Schneider Electric components (VFD's, Soft Starters, Circuit Breakers, etc) in their control panels and systems for a finished/sellable system. Sincerely, 7 Christopher V. Barone Schneider Electric OEM Specialist S. Fl. Business Chris Rarnne SE Rea. Sales Ren SIEMENS Siemens Industry, Inc. Date: April 11, 2016 Subject: Letter of Recommendation for Custom Controls Technology, Inc. (CCT) To: Whom it may concern, Custom Controls Technology, Inc. of Miami, FL is a Siemens Synergy Partner who is professional and valued in their ability to design, install, commission and maintain power distribution, control and automation systems. We value their experience and quality in utilizing Siemens technology by providing proven solutions to customers worldwide. Since 1987 they have earned long-lasting relationships with their customers and suppliers by treating each with respect and the highest level of service. Siemens considers CCT a partner and one of the best integrators in the State of Florida. Custom Controls Technology, Inc. Gerry and Sheila Gallo 2230 West 77th Street Hialeah, FL 33016 Sincerely, 4/ Paul Ruland . . Business Development Mgr. Siemens Industry Inc. Digital Factory Division Cc: Jon Hanger Siemens Industry, Inc. 3333 Old Milton Parkway Tel: 1-800-241-4453 Alpharetta,GA 30005 www.usa.siemens.com Custom Controls Technology, Inc 2230 W. 77th ST, Hialeah Fl. 33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com • 2.2 Qualifications of Proposer Team Detail by Entity Name Page 1 of 2 FLORIDA DEPARTMENT OF STATE �` . -� srr -mss _ DIVISION OF CORPORATIONS .5191,41Z - Detail by Entity Name Florida Profit Corporation CUSTOM CONTROLS TECHNOLOGY, INC. Filing Information Document Number J76106 FEI/EIN Number 65-0003633 Date Filed 05/29/1987 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 11/24/2009 Event Effective Date NONE Principal Address 2230 WEST 77TH STREET HIALEAH, FL 33016 Changed: 07/12/2016 Mailing Address 2230 WEST 77TH STREET HIALEAH, FL 33016 Changed:07/12/2016 Registered Agent Name&Address GALLO, GERARDO 705 WEST 20TH STREET HIALEAH, FL 33010 Name Changed: 01/10/1990 Address Changed: 01/10/2014 Officer/Director Detail Name&Address Title VP/S GALLO, GERARDO 6345 WEST 10 AVE HIALEAH, FL 33012 Title PT GALLO, SHEILA 6345 WEST 10 AVE HIALEAH, FL 33012 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 8/20/2016 Detail by Entity Name Page 2 of 2 Title VP MYERS, GORDON W 123 HAVENWOOD DR PONPANO BCH, FL 33064 Annual Reports Report Year Filed Date 2014 01/10/2014 2015 02/19/2015 2016 01/22/2016 Document Images 01/22/2016--ANNUAL REPORT View image in PDF format 02/19/2015 --ANNUAL REPORT View image in PDF format 01/10/2014 --ANNUAL REPORT View image in PDF format 01/23/2013--ANNUAL REPORT View image in PDF format 04/19/2012—ANNUAL REPORT View image in PDF format 04/12/2012 —ANNUAL REPORT View image in PDF format 04/09/2012 —ANNUAL REPORT View image in PDF format 01/04/2011 --ANNUAL REPORT View image in PDF format 01/05/2010--ANNUAL REPORT View image in PDF format 11/24/2009—Amendment View image in PDF format 11/20/2009--ANNUAL REPORT View image in PDF format 04/29/2009--ANNUAL REPORT View image in PDF format 04/18/2008—ANNUAL REPORT View image in PDF format 05/31/2007--ANNUAL REPORT View image in PDF format 06/30/2006—ANNUAL REPORT View image in PDF format 12/19/2005—Merger View image in PDF format 04/25/2005--ANNUAL REPORT View image in PDF format 04/26/2004--ANNUAL REPORT View image in PDF format • .01/16/2003 --ANNUAL REPORT View image in PDF format 02/20/2002--ANNUAL REPORT View image in PDF format 04/16/2001 --ANNUAL REPORT View image in PDF format 04/26/2000--ANNUAL REPORT View image in PDF format 03/04/1999--ANNUAL REPORT View image in PDF format 04/17/1998--ANNUAL REPORT View image in PDF format 01/29/1997--ANNUAL REPORT View image in PDF format 02/20/1996--ANNUAL REPORT View image in PDF format 01/31/1995--ANNUAL REPORT View image in PDF format • - _ •- Y Coovnglit g and FnvaN Polices': , . 'Slate of Florida OepartinenEoE http://search.sunbiz.org/Inquiry/CorporationSearch/SearchRe sultDetail?inquirytype=Entity... 8/20/2016 City of Miami Beach RFP 2016-148-ND CCT Organizational Chart Gerardo Gallo Vice President-COO Gordon Myers -. Project Manager Jose Varela Engineering Supervisor Juan Pedraja Francis Varela Field Engineer/Programming Office Manager Erick Berrios Field Engineer GERARDO GALLO POSITION: VICE-PRESIDENT/COO EDUCATION: NOVA UNIVERSITY,FT-LAUDERDALE,FL. ELECTRICAL ENGINEERING TAMPA TECHNICAL INSTITUTE,TAMPA,FL. COMPUTER ENGINEERING TECHNOLOGY 29 Years,CUSTOM CONTROLS TECHNOLOGY,INC. Mr. Gallo spent 15 years working for various Manufacturing Corporations(O.E.M.'s)of various types of machinery, which required electrical control design from the bottom up. LANGUAGES: Fluent in English,Spanish,Italian and French. ASSOCIATIONS: MEMBER of the Institute of Electrical and Electronics Engineers,Inc I.E.E.E.No.2144897. TECHNICAL Variable Frequency Drives;Square D,Toshiba,ABB AC Drives. TRAINING: A-B 1336 Plus,Saftronics,Seco,KB and Minarik DC drives Programmable Controllers(PLC);Texas Instruments PLC; Allen-Bradley PLC;Toshiba PLC;Omron PLC;Modicon PLC. WORK EXPERIENCE: Custom design for industrial controls and machine automation using Programmable Controllers and AC/DC Drive of various brands.The following systems have been automated: A.- Movable Bridges: Andrews Ave. Bridge Ft-Lauderdale,Fl. (FDOT) Merill Barber Bridge Vero Beach,Fl. Jensen Beach Bridge Jensen Beach,Fl. Parker Ave. Bridge West Palm Bch.Fl. B. Storm Water Pumps for flood control.Ponte Vedra, Jacksonville,Fl. C.-Diesel Engine Automatic Controls for total engine supervision and speed control. D.-Automatic Refrigeration for Dairy products controlling a total of five ammonia compressors and three condensers. (Winn dixie/Superbrands Dairy Products) Miami,Fl. E.-Vacuum Furnaces for heat treating tools at 2,500 F degrees.(All Trend Corp.)Miami,Fl. F.-Automatic Inking device for the news paper industry with viscosity control and CIP(clean in place)systems. (Sun Sentinel)Ft-Lauderdale,Fl. G.-Cooking Process for Cornflakes and Rice for Kelloggs,Guatemala Central America. H.- Batching Process for Sugar Mill and the intruduction of coagulant in the feed line for sugar separation in the centerfuges.Ledesma,JUJU',Argentina,South America. GORDON W. MYERS POSITION: VICE-PRESIDENT/PROJECT MANAGER EDUCATION: • Carnegie-Mellon University/Carnegie Institute of Technology,Pittsburgh,Pennsylvania Bachelor of Science, Electrical Engineering 1971 • Broward Community College Computer Programming 1969 • Florida Steel Corporation Supervisor Training 1973 • AllState Construction College General Contracting 1979 PROFESSIONAL REGISTRATONS • Registered Professional Engineer—Florida 1986 • Certified General Contractor—Florida 1980 • Master Electrical Contractor—Florida 1975 • Certified Roofing Contractor—Florida 1995 • Registered Hospital Engineer—Florida 1981 • Technical Analyst,Governors'Energy Office—Florida 1985 • LEED Professional-2005 PROFESSIONAL ORGANIZATIONS • Florida Hospital Engineers Association • National Fire Protection Association • Broward Fire Code Committee through 1994 WORK EXPERIENCE • Thirty Years Experience—Engineering and Construction . • : • Custom.Controls Technology Inc. Hialeah,FL. 5/12-Present, Vice President UL and OEM manufacturer of industrial controls with worldwide presence • Quality Communications,Power&Security,LLC.,Ft.Lauderdale,Fl. 1/10-12/12 CEO-Electrical,Data&Security Engineering,Contracting and consulting firm. Engineering and constructing large cabling and security projects for the last twenty years. Constructed security for the Port of Miami and computer cabling for the Broward County School Board. • Engineering—Environmental Management,Inc.,(HDR1e2M),San Antonio,Texas 3/09-1/10 Director of Engineering-Mechanical,Electrical,Plumbing,Civil,Environmental Engineering consulting firm. Engineering large governmental projects for the last twenty years. Fifteen Permanent offices throughout the United States and other countries. Purchased by HDR,8000 person Engineering/Architectural firm. • Forney Engineering,Bradenton,Florida 5/08-3/09 Vice President-Mechanical,Electrical,Plumbing Engineering consulting firm. Top quality engineering for the last twenty five years. Varied large commercial,school and assorted projects throughout the United States and other countries. • Lear Associates,Inc.,Fort Lauderdale,Florida 1994—2004 President/Owner-Qualifying General Contractor,Professional Engineer,Electrical Contractor and Roofing Contractor for a business throughout the United States;primarily in the design build field. Many medical projects such as MRI,CT Scan,Dialysis,Emergency Rooms as well as large scale commercial projects. • North Broward Hospital District,Fort Lauderdale,Florida 1979—1995 Director of Engineering and Construction,District Engineer and Director of Facility Management.Responsible for design,construction,project review and facility management encompassing a four medical center,over 1,500 bed hospital system. 100 person staff and 10 million dollar operating budget directing an average of 20 million dollars of construction per year. • Rinker Materials,Miami,Florida 1977—1979 Plant Maintenance Engineer- in charge of all electrical and mechanical maintenance,purchasing and warehousing for entire quarry division.Plants supplied all aggregate materials for statewide concrete and block operations. • Maule Industries(presently Tarmac),Fort Lauderdale,Florida 1973— 1977 Electrical Engineer and Head Electrician- for Broward County Operations concrete and block plants. Designed,built and maintained plants in Broward and other locations. • Florida Steel Corporation, Indiantown, Florida 1972—1973 Plant Engineer and Maintenance Foreman for entire steel mill producing construction rebar. Was responsible for the maintenance and re-design of all plant systems.Plant included electric arc furnace,casting,overhead cranes,rolling mill and associated components. • R.L.Sjostrom Gold Thread Equipment,Boca Raton,Florida 1971—1972 As Head of the electrical department was responsible for design,construction and field service of automatic laundry and textile mill machinery.Made initial installations and field testing of prototype equipment throughout the country. 0 cfl GO uim Z 0 LLo Qz N o�0 • —• m o W Z to cn Z Q CO O i J p F- ): COD 0 0 `o n0 ¢ O co <m lNL La . 1 c o o LL III . Z 0' H Q 0E- U) U 0 O JZZ .;_ -J W a LL w‘..• < !- L o u.g� CD �.5 J o WW .1z0 -0N 0 ¢a -I CI c Z 0 F-W o� w00 wQ U)0O co 0 0 - .. co w - u. m c\I,a4t,,, . U2 7 � o u 1 U w)- � .Q„ ,x I– LLI -2 W U20 - u, Li = = 0 >,C 0) W c`cr- 0i, � ow `000 0-o 0 = 0y 00EQ0 QUO c a) ... ).0 omc � Na0 Es-E▪ E �3u) OoyQm CU C �.La O y ` .- 0 O c,�� = 0OC O aD C 0 0 C Q � - U ` 0 EEcu ca >+ 0152MT! E0la U 0y 00 'C3� OO)0 W TD' Q) .0 CDC 00 30r- °? � c'°om �C P-0 0 >.= G)� a=i o-0 cn 0 0 w E 0 cC WL 0 U >.0 m >•L00-c1/ CO-0 ) J0'. 0 0�p.`�� 02003 iAa == c. c w�IId00 003 C Q-�.` N y C N >`0 U 7YLL. > m o C C ` — 0 0 0 Q 0'� o•N 0 (n E 0 0 O cnc� 0 � 0 0r_ •– E0 0 EL ca>=> ca•�F- >. L U O•CY D�73 co cu Gy C U) U >. 0 LL” " 0.= 0 y 0 • C R1 cc 0 -. 0 3 0 E Q�'0 co O> >S - O'O.- D C C ?p o)0 O iON Lco0O 76-co-2 3 0 ...›....5"'- �N N•� OLL� UO 0C 0-0 0 00V- C CC � >,0 Oai• -t G0 " a . O O4 C co .–� 0 'm 0 an fa= 2 E -002m = 0- co A o 6E00fG Z+OOEN E5.D6 � O0y 0 C 0 = "•- �'C Ooao � W$ OC >, OL�iyo JOSE R. VARELA POSITION: ELECTRICAL ENGINEER EDUCATION: Electrical Engineer Degree at Universidad Nacional de Honduras,Honduras,Central America 1995. OTHER EDUCATION Engineer In Training(E.I.T)in Octb. >98 and pass Test with National Council of Examiners for Engineering and Surveying.(NCEES) 17 Year,CUSTOM CONTROLS TECHNOLOGY,INC. LANGUAGES: Fluent in English and Spanish TECHNICAL Allen Bradley PLC=s,Distributed Control Systems(DCS)Bailey INFI 90. TRAINING: Fuller Hydrualic Course.Koyo PLC,Modicon PLC,Texas Instruments PLC. WORK EXPERIENCE: CSR Rinker,Miami Fl. Cementos Del Norte S.A. Honduras Central America. General Electrical Field Engineer and Maintenance for all AC and DC circuits and Drives. Troubleshoot distribution systems 460VAC;240VAC and 120VAC controls. Troubleshoot Medium Voltage Distribution systems 4,160VAC. Motor Control Centers which included Hi Voltage Disconnects,Air Breakers and Starters. Instrumentation Control Loops Design and Troubleshooting Experience with HV Motors in excess of 1,000 HP. Electronic and Hydrualic Systems. Experience in the Installation,Calibration and Service of Field Instruments and Sensors. Preventive and Corrective Maintenance. Distributed Control Systems(DCS) JUAN C. PEDRAJA Position: Field Engineer/Programrning Education: Universidad del Zulia,Maracaibo,Venezuela.Electrical Engineer.2002 Languages: English and Spanish SUMMARY OF EXPERIENCE: Fourteen(14)years of experience in management,coordination and implementation of multidisciplinary projects, from the stage of Conceptual Engineering, Basic up the construction phase and commissioning of systems and equipment for the petroleum, petrochemical, food, laboratories and other industries. Experience in cost control, planning and project control, procurement management and technical and commercial offers engineering and construction. Document review of manufacturers. Management packages such as Primavera Project Planner, Microsoft Project,Autocad 3d,Mathlab,Indusoft, Scadabuilder,RS logix,RS View, Winnomina,Lulowin,Saint, and many more. Programmer under Windows environment(Visual C#, C++, C), Linux(C language,java) and Mac (xCode). Management of many protocols of communication for instrumentation such as Modbus, Hart, Foundation Fieldbus, DF1, ControlNet, DH +, Ethernet / IP. Facility for instrument calibration and PLC programming. Knowledge in web development and man-machine interfaces. Experience in personnel management,planning and resource allocation,monitoring,and evaluation of personnel recruitment.Management International Standards ASME,ASTM,API,TEMA,NFPA,UL,CE and private standards PDVSA,DEP's Shell, Chevron Gray Manuals,among others. Some Technological Developments done: •Installation and commissioning of Rockwell's BMS for heating oil. •Software maintenance of well control equipment,based on Allen Bradley PLC •Development and maintenance of software to control gas injection based in Controllogix and Prosoft Modules. •Development of interface to configure the data logger for weather monitoring based on C+. •Automation of bagger based on Controllogix and ControliNet. •Automation of gas' skid with Controllogix. • Development of PC-based application(National Instruments) for data collection and transmission of a drilling and monitoring by web page. •Development of control logic for steam generator(8 ton)based on ControlLogix. •Development and maintenance of control logic for steam generator(10 ton)with monitoring via intemet based on Rubicon PLC. •Automation of chemical injection skid based on logic relay. • Development of web interface for remote monitoring and control equipment with communication Modbus Ethernet. •Development of Human Machine Interface to control dehydration plant in PanelView terminal. •Development of software for controlling X-ray equipment. •Others ERICK R. BERRIOS POSITION: FIELD ENGINEER EDUCATION: 2016-Present UNIVERSIDAD TECNOLOGICA CENTROAMERICANA, HONDURAS MA Project Management 2009-2013 UNIVERSIDAD TECNOLOGICA CENTROAMERICANA, SAN PEDRO SULA, HONDURAS BA Mechatronic Engineering EXPERIENCE June 2014- Present ENERGY AND ENGINEERING SOLUTIONS S.de ILL,SAN PEDRO SULA,HONDURAS. General Manager • Managed financial well-being of the company • Conducted studies to determine the viability,feasibility,costs as well as performance benefits of new mechatronic equipment to be placed. • Oversaw the sales and execution of automation projects July 2014- Present CUSTOM CONTROLS TECHNOLOGY INC. Sales and project Engineer • Sales and execution engineer for automation solutions in different industries like, textile, sugar mill, energy, food and beverage, water plant treatment,H0 etc... February 2013-June 2014 RyD INDUSTRIAL,SAN PEDRO SULA,HONDURAS Control Engineer and Phoenix Contact Specialist • Serviced,repaired and designed engineering of controls systems for factory automation • Consulted and serviced the sale of over$100,000 in Phoenix Contact products • • Managed a group of 12 technicians and salesman in the sale and execution of automation products and projects • • _ •- y. April. 2012-Dec. 2012 SEGRACOLOR,SAN PEDRO SULA,HONDURAS CAD Designer • Designed approximately 10 automation machines for coffee production factory using SolidWorks software FRANCIS VARELA POSITION: OFFICE MANAGER EDUCATION: Honduras'National University-UNAH 2001-2007 • Industrial Engineer—Associate Degree Perla Del Ulna High School 1999-2001 • High School Diploma Notre Dame Institute 1 1994-1997 • Technical Degree: Bilingual Secretary Work Experience Custom Controls Technolo;v,Inc.2009—Present Office Manager • Providing administrative support to ensure efficient operation of the office. • Supporting managers and employees in a variety of tasks that includes organization and communication. • Preparing reports and maintaining technical and administrative files. • Coordinating,reviewing,and managing work orders for managers,engineers,and CEOs to ensure timely and accurately delivery of materials. • Organizing and scheduling meetings and appointments. • Booking travel arrangements for upper management. • Preparing Expenses Reports. Receptionist/Data Entry • Entering and processing orders from customers on the system's database and QuickBooks. • Processing invoices for customers. • Developing and maintaining a filing system. • Answering,screening,and directing phone calls. • Receiving material,posting invoices from vendors,and billing customers. • Other clerical duties. Custom Controls Technology, Inc C C 2230 W.77th ST, Hialeah Fl.33016.Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com 2e3 Financial Capacity 1 dun&bradstreet . . . . . . . . . . . . . . . . . . F7.7.,7777.!7.7,71i.-., ,--..,:=,•;-7.-r.75-4,-77-7-7—.A.:',.-.....-7, -.E-..;:r-,-,-,,:•,.. .!•_7.:2-..-:,:.;.;--% ..r. ....,- '.,CUSTOM.--_,CONTROLSTECHNOLOGY4 INC:4:-'-',:;''N.;---c, --:,--':-6.'-' .!IiRrehiliet GOld ID,LI-WS8•.-847-79272648 •-=;;-,-,Single -- r.. -,- ...,„..y.;,.,,,,, :-• „!.P.11.cu....;305 80573700, ,.. .. !,,purphasepate..08/222016 0230 Iti1.77tli'.St,'7,-. ''l'':,-.I...:_.'" Fax'i::,--,k305461568440,:-,,y-, .,; .,icat cfp'date'petefi_04ik010.-',),:!-!':,:.-; •!',.',„;-_'.—f•,,-' i'''-',';-'-'. '• .,-!'' ii7:-....-•.•';,77.I!;';- ',i',..:-• .iloyed.:FrOlfrf.',705-W.20thSt.,---V?. .T.! ..I'I:';',7:'-?,,'",-,-?-‘7-':---, C Attention internal „:: ,Hieleah:F1,.! ::..... -•-•7-'..-;.,- -:-...';:'''';'''''=''''-:'. r=.;------;,:--:- .:'-..” :;t:;,;.:".:-:.•:. ::-. '.1''''-:::4":',-;,:::'.. :.'".41',- .:...-:: =.-.'::.S, • '.-4'..7?:.-A-ra're,"a13Ytrif(aa,'°:7;;; .-'.'•-=``,e•=.:,'-'-!-`: .22-1'!:!!1::.:i1F,'!-•':;- •-•;_-:i:i4 't-!"-',,,-!'-'77-:,!---.4.:; •,--..-,,,,.,- ' . :-t:.e :-,:q.:...v,-:! Welte:-www.cct-inc.00rn-.;;;-..;-:;•„-:,!=;;,,-z,,,;!,,•---,•.;...!-7-:,--,,!,....;;,,,!:-::-.•.;.,,, ,, „.,,- -„, ,,,-; :.•.;,-•_,,,.-,z,„-,•.--- :. .•.-.7,,,.i.,..: -:- _•--..-4.-;-_-7- _,,;;!..„. ..,,,,.. .,.._...„„,..,......;;;,_. ....„„•.............. ....... ..._.......•, .... . __. ......,. ...,..........___:.,_ ....., .. .,,,.......... ,........__,..„._ _ ... -, . .. . ; -•-;,.!...--•-= ,7:--.•---...,-' -;'. ,;-.--,,-.. -:::,-.--.r;-:••::...,;;•; ;'_!••• c!•-•.!:;:--.---....;',,,:.,..•••••`;-",;:;-•'.ir.',•:"-,',';-;i::,;..;',;-.:-,--..i:-!;;:.."-;:,,-=!!!;',-L-,•",•';::-.2'--,::::-:.---',.-;;_,-',.!;!:!i'ki'!\s''.;-;:!! ---,`.;;---,.'7-.,;-'4'.';'..---. ; ExedutilW,SuhlinaPjf..:,:y. „ ,:..- ,.......e--.,-.. .......•.,..,-....P._., .--,..,..r.,..,.:,,, ' i7-7----- - ..,-. -----,--,,-----,--- --,-,-----,-,---,..-,-71 i :;'.d-o-rii' p.a-hi"In-fo'''-'• •• -i• '.-,-;1:!';':''•''';i:..-"-';'.:•';';';!-':'..!,' ”-.1 '-' :.• "!•!-•:-;; : ...r*.:r....r; . . ,S u p p I ie if.E Va u oil'R i s k'Rat n g I• Year Started 1987 I 1 I I Risk Rating 'I CEO SHEILA GALLO, 1 • I PRES I 7S'grifirtriitit i ,1 kis kTItirinTaPiMr I- • II Employees ' 16 [Gross Revenue-.(Estimated) $4,000,000 I 1 ._____. . (ZEE 2,:s..—if--, i____ !. '27A L., - I I,- _J 987 6 .54 321 1 I High D.lcderate LOW I 1 Predictive Analytics.., , -- :.: .2. .,."::.-. ..,:,, :',, -, -,.4 •:,:..k:7:-.Y.Ig,::;:,,..,:_;.z.,::?.:."- .11 in 1 1 1 1 Financial Stress Class i I I'P111111'fFiginelkti-eie!:,71 i'!D8,1§Ratirg .I :, -. . .•.--. -ir,, : ''',.- : :.1..-.;;!!,-.:',.;';'•-. 1 The Financial Stress 1",!''''''."-,';-!-''''''''''— ' ‘'-'-!---' - -' '' •'4-'"'-''!!'•-•,•-•-:;', '",--!•''''':c'''''''' I Class of 4 for this ., •, Il *ill feratMealt,„;_-!-,!!: 1 1 I,. company shows that D&B Rating '-1 R3 firms with this class 1 c7==lrl----.',' -, had a failure rate of - ' _ 1 I ! !! High Ave.rage Low 0.84%(84 per I Composite Credit Appraisal I ! 10,000). 1 i i 1 ; ! I , I 1 P I 1 I i 1, . !1 Financial Stress Class 4 I ' ,■ ,444 1 .c.,;,•;,; ;•,-7,:•q-‘7. ,17:,___.___.„.:-"A'-i2.:.--7-_,„.,__ -_,., Financial Stress Score 1 4 3 1 1 •1 i I . . Limited Fair Good High Highest Risk 1,001 , I i Lowest Risk i 1,875 I ,0:,-... I F D&B PAYbEx ......-:-., -.- ..- L_,.. ...,'.:.: , Credit Score Class . I 1 The Credit Score 1 i I rilaW el 0"11! i class of 1 for this III • II till li Wail I lI!Mg company shows that 1.10%of firms with I ! _Mi777:77-73f.:_.:,:',., ..,..._...y77.7-177-,=777-731 this classification 11 5 4 3 2 1 paid one or more 1 1 p High Average . Low • I bills severely - . • . delinquent 11 • 1 1 I Credit Score Class 1 , Credit Score 599 1 i I !! I Highest Risk 101 , I Lowest Risk 670 ! ! 4 D&B Viability Rating 1.!.:iit.r:n. 5 i ■ i • 1 , i ■ 1 . i 1 , .... . .. .. . .... .. . . Custom Rancid ©DUD&BracisIfeet, Inc 2010-2916.Ali richis reserved Page I of 14 dun&bradstreet lh_ I,ill;Iii!IF;, The Credit Score IE.,.III G-III. F III I Up to 24 month D&B PAYDEX c �r. : riCl ssil class of 1 for this is 9If l Ii 1�Aloiltlu e€1pi company shows that I _ 1.10%of firms with Industy ---- 2- 1 this classification • I High Average Lcb1 paid one or more r Up_[n:24 onth bills severely ,; m gi Y;y::13sa_PAYoEX_ delinquent. I I I II ^ ; I t 50 80 100 li Credit Score Class 1 Greater 30 days Prompt ."nrrir:aies than 120 siva Credit Score 599 says stow jl Highest Risk 101 Up to 3 month D&B PAYDEX • Lowest Risk 670 •—_—.—._- III I 1 lIV V!`' cc J I ■It riPA,„9 I i -------- --- '! D&B Viability'Rating _- . . . . Ti 1 `a eo 1Go D&B Viability Rating 4 1 eJ ° I than ter 30 el w Prompt .rScpa:es 111 2 ,I ' • Viability Score i Credit Limit R ecommendaon. o Risk Category I i J _ _�IL_-3 i -''-1�a II�II'J I'1 iJlllp n Iy�,I�I 9 5 1 I ilti 111111 Iltii High Risk Lcai Risk _ High Mcderote Low j Portfolio Comparison . i Conservative Credit Limit $25,000 I i 5 Aggressive Credit Limit $35,000 , I =1,- _...iI:.._..:._Ar= l I -- —— — -- — — — i High Risk Lcv Risk it ;I . Data Depth Indicator • .5.D. L. U A .,.., Oeseriptve Predictive Company Profile f Financial Data Trade Payments Company Size(Years in Business III Available l Not Available 1 (3+Trade) Large i Established i i Custom Rei'u:t , Dun&Breds r e,Inc 2010-2016.All rights res ry-d- Page 2 of 14 • dun&bradstreet Supplier Risk Data Supplier Evaluation Risk Rating !1 Probability of Ceased Operations/Becoming Inactive - - - I The probability of ceased operations/becoming inactive indicates what percent of i1 Mry''!!�,��� ��; U.S.businesses is expected to cease operations or become inactive over next 12 'I fi�LLi:P I.EEIEirllua##irll'I 1. 11,4001#46610[1.14111r I I months. _ —fl. I Probability of Supplier Ceased 5.4% _ d �• ! Operations/Becoming Inactive I 9 8 7 6 5 4 3 2 1 I High Moderate Low I Average Probability of Supplier Ceased 5.6% I Operations/Becoming Inactive ,I--- – --- --- — -- — i 1 %of US Businesses with SER Rating 18% G i Supplier Risk Score Analysis -T--- --- _--- -_____ __� • 'I Key Commentary The business has a Supplier Evaluation Risk(SER)Rating that shows: • Higher risk industry based on inactive rate for this industry • Proportion of slow payment experiences to total number of payment experiences reported • Proportion of past due balances to total amount owing • Variable Paydex over last 12 months • Business Information -- Business Summary 17C—red-i-t-C-ap--ac-ity—Su-m-m—ary-7--------------------- Financing SECURED SIC 3625 .1 D&B Rating 1R3 Mfg •I r — relays/industrial i - -- f I Prior 1R3 controls Composite Credit Appraisal II I Rating I { NAICS 335314 I Rating Date 11/21/2014 J Relay and 'i Industrial Control 1 _ Manufacturing I _,._ _ _ :_J= _-_ 4 3 2 1 ' Payment Activity LHistory Status CLEAR I Limited Fair Good High (based on 30 experiences) USD Average High $15,130 Credit I Highest 250,000 1 • Credit I I I I Total Highest 378,650 ` LCredit D&B Viability Rating The D&B Viability Rating uses D&B's proprietary analytics to compare the most predictive business risk indicators and deliver a highly reliable , assessment of the probability that a company will no longer be in business within the next 12 months. li „, Viability Score I 111§11111M1:- - ®11110I . 9 5 1 High Risk Lew Risk I 1 Compared to All US Businesses within D&B Database: •Level of risk Low Risk I •Businesses ranked 4 have a probability of becoming no longer viable:5% 1 •Percentage of businesses ranked 4:14% •Across all US businesses,the average probability of becoming no longer viable:14% Custom Recoi' 1 Du,t&Hr,dstreet. Inc 2310.2316.Ali rights ressr.• page 3 of 14 i=5tl,:4 dun&bradstreet I . ITA . Portfolio Comparison 1 K95 Fisk L cw Pisk 1 Compared to all Businesses within the same MODEL SEGMENT: !I Model Segment Established Trade Payments ! I iI •Level of risk:Moderate Risk •Businesses ranked 5 within this model segment have a probability of becoming no longer viable:5% •Percentage of businesses ranked 5 within this model segment 11% ii i 1 .__„• •Within this model segment,the average probability of becoming no longer viable:5% I; r 0'"T B Data Depth Indicator j .P - -, G A 4 7`:i, ' Desciptive Fredi:tve { j e, Data Depth Indicator Details: I -,- � ' _a .1 Rich Firmographics ,4 ✓Extensive Commercial Trading Activity A:0 ✓Basic Financial Attributes ' Greater data depth can increase the precision of the D&B Viability Rating assessment ,' • You have the ability to influence the confidence of the viability assessment by asking the business to report more information to D&B at ! ' hops://lupdate.dnb.cornAUpdate/ IIY j 1 I I I Years in f •? Financial Data I Trade Payments Company Size i t g',14.114 p y ; Business - .' _:y} Company Profile _I._ — Not Available ! Available Large ' Established ky ..... (3+Trade) y • • 71.0 Company Profile Details':• •Financial Data:Not Available Viks. •Trade Payments:Available(3+Trade) ;III.= %:.WI •Business Size:Large(Employees:50+or Sales:$500K+) + fii: •Years in Business:Established(5+) i;'x�rdd ----------- _— —-- - —-------- . . I I . i Custom Reg,)!1 Dun A B;adstrz et. Inc. 2010-?O 13.All rights rest,:red. P3ga 4 of 14 dun&bradstreet •:Business History , u - •_ y__ . . ... . •a _-1<: y..L:-.,,r-,, : Officers SHEILA GALLO,PRES; I MYERS,GORDON W,V PRES ' Directors THE OFFICER(S) -- -- -- --- – — -- -__-- --__-- As of 04/20/2016 The Florida Secretary of State's business registrations file showed that Custom Controls Technology,Inc was registered as a Corporation on May 29, 1987. Business started 1987 by Gerardo(Gerry)Gallo and Olga Gallo. 100%of capital stock is owned by Gerardo Gallo. .i SHEILA GALLO.Antecedents not available. � I MYERS,GORDON W born 1953.1987-present active here. Business address has changed from 705 W 20th St,Hialeah,FL,33010 to 2230 W 77th St,Hialeah,FL,33016. Business Registration CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF Aug 12 2016: Registered Name CUSTOM Registration ID J76106 CONTROLS Principals TECHNOLOGY, Status ACTIVE INC. Where Filed Name Title j Business Type DOMESTIC STATE CORPORATION DEPARTMENT/CORPORATION GALLO, VP/S Corporation Type PROFIT DIVISION, GERARDO TALLAHASSEE, 6345 WEST 10 AVE,HIALEAH,330120000,FL i ' Incorporated Date 05/29/1987 FL SHEILA GALLO PT State of Incorporation FLORIDA Registered GALLO, 6345 WEST 10 AVE,HIALEAH,330120000,FL Agent GERARDO Filing Date 05/29/1987 705 WEST 20TH GORDON W VP STREET, MYERS HIALEAH,FL 123 HAVENWOOD DR,PONPANO BCH, 330100000 330640000,FL Government Activity Summary Activity Summary I Possible candidate for socioeconomic program consideration Borrower No I Labor Surplus Area N/A Small Disadvantaged No I Administrative Debt No I Small Business YES(2016) HUB-Zoned Certified No • Grantee No(i Women Owned N/A Historically Under Utilized No Party Excluded from No II Minority Owned Yes Veteran Owned No j Federal Programs Disadvantaged Business Enterprise Yes Vietnam Veteran Owned Public Company N/A Ethnicity Classification Hispanic Disabled Owned Congressional District 23,27,26 i l American N1A Historical College Contractor No'I Classification _ LImporter/Exporter _ _ N/A The details provided in the Government Activity section are as reported to Dun 8 Bradstreet by the federal government and other sources. _.)jiom R.:C.I .. , -i i i.- e '3r 1;. .,, I,c ?i 1;, •2n -'1 r' n`5 t/. ' J. Paq'?.5 n,1: . . P2-....;v:5...) 1-i dun -6). bradstreet . . . . • . .. •... . . • . . . . .. . . .. . . . . . . . .... .. .• _ . .. . .. . . . .. .. .... . . . . . . [00.0iOii!ii )..)4.4 ;.. .'- ',5:,:.",...::.4....',--.::::••••••,--,-: •-::',',-- -.-:-.•:-.?.,...:::,...,:;./i,:::-:::::::::,--,,: i,-..=',:;:......,---,:::,i:::::,:-.-;:••,:',..,--'.,..: ,!,,,-::„-::1:::::::;_c,`.:-,',:..',..-_-_-,,,,,:v..;:-:.. .,...1.•.._,:i,i:, ; : _ - As of 04/20/2016 I I Description: Manufactures relays and industrial controls,specializing in industrial electric controls or control accessories(100%). 1 r , 1 1 Terms are Net 30 days.Sells to manufacturers and the government Territory:International. I ; I I ! I Nonseasonal. • 1 I Employees: 16 which indudes officer(s). 1 I 1 Facilities: Occupies 15,000 sq.ft in a one story frame building. ; :L •i ••!,-,• - •,- --• --!-,! ---:.!: :-- -, -!... !.:-!-,:-..:;:•! ,!!!! ,•.. -., .-....-•:, ...-.,:-.: .. •-•..• .!.=.7.-i,:!==-!!!;-!:-..--,'.,,--:•-!!!!! ----:',-,---',...,:!!--:::!.-:.,-..----,•!..:--_-•• '•!,-.-•:,-.,i!! ! .,-Special,E■t,ents'',.:,..,-.:.:,:;••,-;,.,:.,;_--,. .. ,P,-•„•-- ---,',.,:4,--,•,';'..-,,-,-:••: ','',...,,-. ,•,-,-._.-ei-!;,: ..--., '.. ,,,,--:_-.'_,.;.:-:-...4,--A,,,,.-: -,'-'v':',',.L.,:„--•:•,•'.,,, .F-'..,:,..:•,,,,,:-',-,:,--:--•,- i 1 As of 04/20/2016 - ------i I ; Business address has changed from 705 W 20th St,Hialeah,FL,33010 to 2230 W 77th St,Hialeah,FL,33016. 1 i • •.,' ; ." •'' Industry Data •' ,-.,- ",;..: ...;•-,;,,,:: ,'..•.-• ;.;••;.,.•i•',..: !,.-:,::• ,;:..;'..•„!:„•'•,,,••4;•_•'..:.,, ., _- "--1•-•,,...-,-..-'•-.,-'•':'-!:•-`,---; ! .,-;., !..,-,...,,•_-.:.: -- ;-....—: • .'77-7 ::` '''''.' .,, .';..-::f:,'-,7.7,71 ir,NAids '-':--!!!:!:!. •'::':T...'.!- IU!,f.!-..--`!,,..:!!_;`,:•:!‘-',',:-,';';::-!---,"'',-....'''..!::!!!!..,...•. -,,,,!!-..,,• !I ! 1 Code Description I I Code : Description,: . . ... .. . . __....._ _ . . ; 'I 36259907 — . Electric controls and control accessories,industrial .f 335314 Relay and Industrial Control Manufacturing — 1 ,1 . .., ...:,.., -'• ...,; ., -,.._.,.. , ..•:.,•.. ..:...:, ,,,..:•••.•-. ,;.,,,•;:.•,.:(7,:' ,!:',;, ":„.','•,4::;..-.- -,''',i',.:',;'..'"'S',..''':".:,.•.'.:',_ 5':':',',..•.;.,::;':";.',." ,j _.7'..•-• Federal Employer Identification Numbers'. --:,,--,:,_t:-.2. '-.--„.,..-,,7---:_.,,--.',-..-;_-:'7,.:':-i.,•_.-:::'-:-.-: •''.=:::.-,' •.--:,'“.::,_:.,:-....'"--:•:',..'.7-7:';",.:.,1.::. ..':''•,:'-•- 'II : _ _ ! Dun&Bradstreet,Inc.has compiled the following FEIN numbers for the business name in this report from the sources below.Dun&Bradstreet,Inc. il provides this information"AS IS"with no guarantee as to its accuracy. I i . . . FEIN , : Business Name ; Address ,'Source ' Date • . • -.r, _1.... -- . . : • .o . 2.:—..,:—..,,. ... . .. • ,--7.• "•• .. . - -- . . •-• - i r . CUSTOM CONTROLS TECHNOLOGY, . 3501 N.W.60 STREET, FLORIDA BUSINESS 65-0003633 . 05/03/2011 INC. MIAMI,FL 33142 ' REGISTRATIONS . ; CUSTOM CONTROLS TECHNOLOGY, i 6770 NW 37TH AVE, i FLORIDA BUSINESS • ■;.! 65-0003633 08/10/2007 INC. MIAMI,FL 33147 , REGISTRATIONS .., 65-0003633 VVEST 20TH i t • ; 705 CUSTOM CONTROLS TECHNOLOGY, STREET, 1 FLORIDA BUSINESS INC. 1 REGISTRATIONS 08/13/2013 ; HIALEAH,FL 33010 i ' 'Re it rd US'Gcicreinindiit Cciiitieet AdtioriS-,-'•'-.. -,,--'..i'.-------,.:..--i,. '1'-•....-:.*.. '--. ..,,,...---;,,',-:;-;‘,,,,,'',-.7,--.-.,2.-, ,„:-,;-,;,:,.;.-:,,,,,,,,: .-,„:-,.,...,-, ,::.,;:...- -.,.,,.-..,..,.i . ; After a search of our files,we find that no govemment activity has been reported in this section. I ----- „ I ---•., ,77"-7.7",..":777-77-77,77.7iF"--77-77`."'",'','',4.----"7''''-(',1 ; L.Reported-'i Federal Liiiiiiiilild,Oi!ei Oii#0ii*ei77•:,;1;;!,:':!!!,--.71777,7:.7s!,:::,!• ,,,. , ,.... !:,!„.. ,, ..:;!...!.,..,....:,•!., .!,...,,,,,,,;:,!„. ,„.., ! , 1 After a search of our files,we find that no government activity has been reported in this section. — ; rCiiithFeas F iieiro■eMiiiriti Penalties and Other Mc Reported V.-ebtie -.Ag..-e,nc,l e•i' 77 -7:,7)7,./7,:-1:7.-r,7,..zi1 l After a search of our files,we find that no government activity has been reported in this section. I 1-- .--- ---- ;r 14:15aiiii-Olttii` 'tifaiiiletf).";:iii(0!!!6!iiiiii:#06-ia'encs!ki,g,2:-;,:--;•-•„,,,,,::,,,,,,.!,:::•.,!•.!,,..•,,,,•:!:!:.!,,!,.!:.!.:!-....!,,,,!,,,,,,,!.-„,-,%•-„..:1.,..... ..,..;;,,,,,,!,.,_. !,!.:,!,,.!.!,, ,...:„.„.„.:.:,...,:,,,..,,,,.,!!! ,.,..!_,,,,,,:e,...i ,i, After a search of our files,we find that no government activity has been reported in this section. • ,Rep'orted U.S[Govemment Grants war a., §.-::g,,,,: 2 f..;:.-.1....,,.,...,, .- ,_..,./,,..,1..,;,-:',-:•-;,-•.,-,p....r.,,,,,,,,-,,-+ i t-- -- - After a search of our files,we find that no government activity has been reported in this section. 1 1 . , 1 .... . . ... . . . ... .. .. . . .. . Custom Report -.-..;.)Dun&Brz-ithire& i or. 20-10-2010 All rights re.ssrverl Fogs 6 of 14 dun&bradsireet Financial Statements ! Key Business Ratios(Based on,12 e_stablishments) D&B has been unable to obtain sufficient financial information from this company to calculate business ratios.Our check of additional outside sources also found no information available on its financial performance.To help you in this instance,ratios for 1 , other firms in the same industry are provided below to support 1 ' your analysis of this business. • I This Industry , Industry Business Median Quartile i Profitability Retum on Sales UN 8.1 UN i i Return on Net Worth UN 18.2 UN j Short Term Solvency _— -- l Current Ratio UN 2.1 UN j Quick Ratio UN 1.6 UN Efficiency Assets Sales UN 48.5 UN Sales/Net Working Capital UN 4.7 UN 1 i • Utilization Total Liabs/Net Worth — UN —120.3 UN I •Most Recent Financial Statement 1 1 1 ' 'As of 11/23/2015 The name and address of this business have been confirmed by D&B using available sources. : _ Indicators __..J�__,_ Public Filings Summary - —_ — TT� _1 r Public Filings -_—_- _1 The following data includes both open and closed filings found in D&B's database on this company Record Type No.of Records . Most Recent Filing Date 6-j=_ .� . i 1 l Judgment 0 i i { 1 0 I . I Lien ;' 1 I- ;' I ! 1. Suit 0 # -p 6 08/02/2016 Imo:_,.._—_-.��_—___—. LCC_ _ ! . ,,Bankruptcy Judgment a Lien u Suit UCC The following Public Filing data is for information purposes only and is not the official record.Certified copies can only be obtained from the official source. I Custom F:epor� '''Din& B,scst,:ei- Inc 2010-20113,All nahis reserve- Page 7 of 1 • dun& bradstreet Full Filings a UCC Filings �_--.._ --- .�— — ---- -- ' � :r�i 7= ``ry"' ",W ? '1 Collateral All Negotiable instruments including proceeds and products All Latest Info 07/29/2016 Inventory including proceeds and products-All Account(s)indudirig Received proceeds and products-All Timber including proceeds and products -and OTHERS Type Original Filing No. 201608203326 Date Filed 07/18/2016 Where Filed SECRETARY OF STATENCC DIVISION,TALLAHASSEE,FL Secured Party MARQUIS BANK,CORAL GABLES,FL Debtor CUSTOM CONTROLS TECHNOLOGY,INC. Collateral All Negotiable instruments including proceeds and products-All Latest Info 04/17/2015 Inventory including proceeds and products-All Account(s)including Received proceeds and products-All Timber including proceeds and products -and OTHERS Type Original Filing No. 201503374392 Date Filed 03/31/2015 Where Filed SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE,FL Secured Party FIRST AMERICAN BANK,HAMPSHIRE,IL Debtor CUSTOM CONTROLS TECHNOLOGY,INC. Filing No. 201608359350 Latest Info 08/04/2016 Received Original UCC Filed 03/31/2015 I Date Type Termination I Where Filed SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE,FL Date Filed 08/02/2016 Secured Party FIRST AMERICAN BANK,HAMPSHIRE,IL Original Filing No. 201503374392 Debtor CUSTOM CONTROLS TECHNOLOGY,INC. v-- --- J Collateral All Inventory and proceeds-All Account(s)and proceeds-All Latest Info 08/22/2014 General intangibles(s)and proceeds-All Equipment and proceeds- Received All Chattel paper and proceeds i Type Original Filing No. 201401977470 Date Filed 08/11/2014 i Where Filed SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE,FL • 1 ' Secured Party BANESCO USA,CORAL GABLES,FL ! I j Debtor CUSTOM CONTROLS TECHNOLOGY,INC.,A FLORIDA — — — -- -- Il CORPORATION Filing No. 201503631700 Latest Info 05/07/2015 Received Original UCC Filed 08/11/2014 Date Type Termination Where Filed SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE,FL Data Filed 05/04/2015 Secured Party BANESCO USA,CORAL GABLES,FL Original Filing No. 201401977470 Debtor CUSTOM CONTROLS TECHNOLOGY,INC.,A FLORIDA L.-- CORPORATION ----- Collateral Contract rights including proceeds and products-Building(s) Latest Info 05/20/2016 including proceeds and products-Fixtures including proceeds and Received products-Equipment including proceeds and products Type Original Filing No. 201607547420 Date Filed 05/09/2016 Where Filed SECRETARY OF STATEJUCC DIVISION,TALLAHASSEE,FL I Secured Party U.S.SMALL BUSINESS ADMINISTRATION,LAKE WORTH,FL I Debtor CUSTOM CONTROLS TECHNOLOGY,INC. I and OTHERS The public record items contained in this report may have been paid,terminated,vacated or released prior to the date this report was printed. I Additional UCC and SLJ filings for this company can be found by conducting a more detailed search in our Public Records Database. -trim rt R�uO:I ::Du-1 i Bratiaireel I io 201h-2C16 Ail rig`ets 'e eni. d ?age 8 or 1„ dun&bradst reet Commercial Credit Score �. Summary � ^ i Incidence of Delinquent Payment — Among Companies with This Class 1 10% Credit Score Class e I Average Compared to All Businesses 10.20% 1 z-credttscore I Credit Score Percentile 96 °crass; . Credit I Credit Score 599 -41111111111110"L. " III_' i 30 5 d 3 2 1 Number of Payment Experiences i -J High Average taw (Loin risk of severe Geymelk del:nou^r.4 over ext 12,nocths.l I Key Factors — • Recent high balance past due • Variable Paydex over last 12 months • Higher risk industry based on delinquency rates for this industry — — Notes: ------- - •� I • The Credit Score Class indicates that this firm shares some of the same business and payment characteristics of other companies with this classification.It does not mean the firm will necessarily experience delinquency. • The Incidence of Delinquent Payment is the percentage of companies with this classification that were reported 91 days past due or more by creditors.The calculation of this value is based on D&B's trade payment database. • The Credit Score Percentile reflects the relative ranking of a firm among all storable companies in D&e's file. • The Credit Score offers a more precise measure of the level of risk than the Class and Percentile.It is espedally helpful to customers using a scorecard approach to determining overall business performance. Credit Score Percentile Norms Comparison — — — --' --- — — �— —- _Jj • Lower risk than other companies in CUSTOM CONTROLS gs* the same region. _I TECHNOLOGY.INC. ------ - _ • Lower risk than other companies in Region —_ _ •—___ (SOUTH ATLANTIC) `— ----"— -J 43 r the same industry. 'i Industry (MANUFACTURING) — -.— — • Lower risk than other companies in the same employee size range. Employee Range {ials) • Lower risk than other companies Years in Business -- —_ . _- —, 85 with a comparable number of years (26+1 in business. _7; 0 25 50 75 100 .. P:g Custom Repoli �C Dun&BrafIsfteet ,,Sr 2i)-:r;..2v 16 Al rir h`3 rB 3rieri -,-.9 o;.- dunglbradstreet . .. . . .. . . . ....... . Financial Stress Soere. ,•• -. . -7•- ,' •-. ••.• - ' '.... ' -,."•:- :, • • -',:.-- .- :. :- ' ' ' - ' ' Summary . Financial Stress BCtire—Perce—ntile-7—. 7-- --.• ----7.—±,—-7.1 I-1 1 - . . _.._. .. . . _ .... .. .. - Financial Stress National Percentile 31 ..... ..._. Financial Stress Class Financial Stress Score 1444 1 1 -i -iwil.irv4=-if[ii ,1 4 Efgrgiotril Nil, .._..0,Aidapc1 Probability of Failure with This Score 0.84% =3= Failure per 10K 84/10,000 •i ;1112=1=: --• 112), 4 3 2 1 Average Failure Rate within D&B database 0.48% I High Average Low , 1 Failure per 10K 48/10,000 i J Number of Payment Experiences 30 '----- I 1 Key Factors I . . . . . . I • Low proportion of satisfactory payment experiences to total payment experiences. I • High number of inquiries to D&B over last 12 months. i 1 • Unstable Paydex over last 12 months. :I Notes: . „ •I '1 • The Financial Stress Class indicates that this firm shares some of the same business and financial characteristics of other companies with this i , classification.It does not mean the firm will necessarily experience financial stress. • The probability of failure shows the percentage of firms in a given percentile that discontinue operations with loss to creditors.The average I probability of failure is based on businesses in D&B's database and is provided for comparative purposes. ; i • The Financial Stress National Percentile reflects the relative ranking of a company among all storable companies in D&B's file. • The Financial Stress Score offers a more precise measure of the level of risk than the Class and Percentile.It is especially helpful to customers using a scorecard approach to determining overall business performance. I — — — . . Financial Stress Percentile-Comparison . , . . • Higher risk than other companies in CUSTOM CONTROLS _____________ same region. * *_ 31 0 'I TECHNOLOGY,INC. I . . 'I Region i • Higher risk than other companies in 1 ,-.-----• -. •--•-;,--,,,,, 48 o (South Atlantic) the same industry. Industry 52 a (Nlanufacturing) • Higher risk than other companies in ,I the same employee size range. Employee Range tie-is) i • Higher risk than other companies Years in Business I ;,• (26+) with a comparable number of years in business. I 0 25 50 75 100 ; . . ... .,. -, .. - • -- ;Advanced Pal/0Z-1-..CLR' . - % •' : - : .:• •: 1-.•••• r•-.', •,-,-.-.,' • -.' ,• -•_. _::::: ,:, •-,-;••i- :--.--, • • :, ..,,, .,,, :. :.: .I i . .,.. . ... .. . . . .. ....... . . . .,. . ,.. . . Cit:i174n Report ©Dun& Br.91sreet 1:10 2010-701:-i /-it Cgrits resented Page 10 nf 14 dun - bradstreet Shows the D&B PAYDEX scores as calculated up to 3 months and up to 24 months of payment experiens. ! ; I I • Up to 3 month D&B PAYDEX Up to 24 month D&B PAYDEX 0 High risk of late payment(average ....... 11i to 3 mom.. . A g1.4; Irku5t-i 30 10 120 days MB PAYDEX ,F!. .i .,■ve:ii,, - , beyond terms) 1 -- -,• IMIIIMINIMINE - MIMI 11111■1111 Lip to 24 month 1 50 SO 1C0 OSBPAYDEX Medium risk of late i ■ Greater 30 days Prornot 4 nactpates Rill tan120 sic-w 1■■■■■■111■T.7: 31/■■■■MINIM, payment(average I 30 days or less days slow 1 F.0 BO 100 beyond terms) Greater 30 dims Pron-V ,a_n ur...-Ites 20 slcAti When weighted by dollar amount,payments to suppliers I 8-J.1111 average 19 Days Beyond Temis.Based on payments days slow I collected over last 3 months. ■ Low risk of late Men weighted by dollar amount,payments to suppliers payment(average average 8 days beyond terms.Based on payments prompt to 30+ collected up to 24 months. days sooner) i 'Mien weighted by dollar amount,the industry average is 3 i i DAYS BEYOND terms. __ __ Payment Trend unchanged' Total Payment Experiences 30 Highest Now Owing $100,000 for the HQ Payments Within Terms 81% Highest Past Due $15,000 . Total Placed for Collection 0 Average High Credit $15,130 I Largest High Credit $250,000 1 . .i —- •compared to payments three months ago , : Credit Limit Recommendation . , Recommendation Date 08/22/2016 I I Risk Category Conservative Credit Limit S25,000 I , 11 01 Ci!.1 1 c'aLb...tiLi Aggressive Credit Limit $35,000 I ! II ! 1111111111111111115&%!.. . !CANINO 111111M1■. Key Factor I I High Moderate Low . . Risk is assessed using D&B's scoring methodology and is one factor used to I create the recommended limits ------1 ..--- - -7-!'"-"," 7'77' "7-77"—=-777": ,- :'. ::;",t.':',',''•1'.7.-,z t',771 PAYDEX Yearly Trend . - ' '''',.•: ' •:'.,, ''-' ,_i_LI.'1. L._..- '':--‘,.-',-z-,',-'1,,A:*"A-g.ke. . ,! Shows PAYDEX scores of this Business compared to the Primary Industry from each of the last four quarters. The Primary Industry is Mfg relays/industrial controls,based on SIC code 3625. I . I I 1 I I I . I I 1 I i . I ! I ' I ; 1 ; 1 1 I . . . . . . . . . " ... Cusor.1 Pr,-)r c'D n-',P.,.a,!str.-7,e'. 1,..: 201C. 201E A!!r .-.'.;---,s.- -.1 Pane 11 of 11 dun&bradstreet i , i 100 -- - - — —_30 3G . ■ — 15 = i n e g i , i— 0 : . i `.I _ ;1— 90 li , l .. —120 —150 ' 1 I f —180 '— --1 9 10 11 12 1 2 3 4 5 6 7 9 9 10 11 12 1 2 3 4 5 6 7 B ' .7.1)i!g.7:a � . fl 2014 2015 2016 . *This Business -0-Upper -e Median --Lower This Business i 79 65 65 61 61 60 61 61 61 61 61 61 61 61 78 76 76 76 76 76 76 76 75 75 Industry Quartiles I ` Upper 1 80 80 80 80 80 80 80 80 Median 1 77 77 77 78 78 78 78 78 Lower 1 69 68 69 69 70-_ 70 70 70 i I , Note i • Current PAYDEX®for this Business is 75,or equal to 8 days beyond terms. • The 24 month high paydex is 79.0,or equal to 2 DAYS BEYOND terms. j I '! • The 24 month low paydex is 60.0,or equal to 22 DAYS BEYOND terms. • Industry upper quartile represents the performance of the payers in the 75th percentile. • Industry lower quartile represents the performance of the payers in the 25th percentile. Payment Habits Credit Extended %of Payments Within Terms No.of Payment Total Amount Experiences i USD ' Over$100,000 100% —_---- 1 $250,000 50,000-100,000 50% aseanasioNs= 1 95,000 15,000-49,999 0% 0 0 5,000-14,999 50% 3 20,000 1,000-4,999 52% , • 7 8,500 ! Baser on up o--- 92% -- —� ---- — 13 — _— 4,750 Based on up to 24 months of payments ' Payment Summary , The Payment Summary section reflects payment information in D&B's file as of the date of this report. There are 30 payment experiences in D&B's file,with 15 experiences reported during the last three month period. The highest Now Owes on file is$100,000. The highest Past Due on file is 515,000. Ili All Industries : .'.i5':'?■1 F @3:a 1 =DWI& Er9is3're2I Iic 2010-2016 All rig'1io,I'.Srived. P3rge 12 if 14 dun&bradstreet Ttal Industries Received Total Amounts Largest High Credit V�(%hi Days Slow(%) Terms 1 0-30 31-60 61-90 90+ . ;, � • Whol electrical equip 4 $256,000 $250,000 99 1 0 0 0 • I!+ Whol electronic parts 4 , 10,000 7,500 48 52 • 0 , 0 ; 0 ! 1 Misc business service 3 600 250 58 42 0 0 0 ! Electric services 2 2,000 1,000 100 0 0 0 • 0 : • I Nonclassified 2 1,750 1,000 100 0 0 0 0 I ! Mfg relays/controls 1 95,000 95,000 50 50 0 0 0 Mfg process controls 1 7,500 7,500 50 50 0 0 0 Mfg motors/generators 1 2,500 2,500 0 0 50 0 50 I ' Mfg switchgear-boards 1 1,000 1,000 100 0 0 0 0 Ret stationery 1 500 500 100 0 0 0 0 Public finance 1 500 500 100 0 0 0 0 . Management services 1 500 500 100 0 0 0 0 1 Short-trm busn credit 1 250 250 50 50 0 0 0 Whol service paper 1 100 100 100 0 0 0 0 1 Reg mist coml sector 1 50 50 100 0 0 0 0 , 1 Other Payment Categories is Category Total Received Total Dollar Amounts Largest High Credit Cash experiences 5 $400 $100 ! Payment record unknown 0 0 0 1 Unfavorable comments 0 0 0 1 If Placed for Collection 0 0 0 j 1 Detailed Payment History ____ Date Reported Paying Record High Credit Now Owes Past Due Selling Terms Last Sale • within(months) I August 2016 Ppt $750 $500 $0 N/A 1 I July 2016 Ppt 1,000 0 0 N/A 4-5 Ppt 1,000 1,000 0 N/A 1 , i Ppt 500 0 0 N/A 6-12 I� Ppt 500 0 0 N/A 1 l Ppt 500 250 0 N30 1 Ppt 500 100 0 N30 1 i Ppt-Slow 30 250 250 0 N/A 1 Slow 5 1,000 1,000 1,000 N/A 1 1 , June 2016 Ppt 500 0 0 N/A 6-12 ! , Ppt 250 50 • 0 N/A 1 I Ppt-Slow 30 95,000 95,000 15,000 N/A 1 Ppt-Slow 30 1,000 1,000 0 N/A 1 1 (014) 100 0 0 Cash account 1 ' . (015) 100 0 0 Cash account 1 March 2016 Ppt-Slow 30 7,500 0 0 ' N/A 6-12 , , (017) 50 ' 0 0 Cash account • 1 .R , December 2015 Ppt-Slow 30 5,000 1,000 0 N/A 1 i Custom Reo':l Dun 8 Pia-sr=et I■: 2n I-7-20113.AU nulls r:-.;.-,;-/-..,1 f'aoe 13 of 11 dun&bradstreet - . .. . . . . .. .. , . November 2015 Ppt 250,000 ' 100,000 ' 0 N/A 1 • September 2015 , Ppt 100 0 : 0 N/A 6-12 July 2015 , Ppt 500 . 0 : 0 N/A : 1 ' May 2015 i (022) 100 0 1 0 Cash account , 1 (023)Satisfactory 50 0 0 N/A ; 1 : (024) 50 : 0 0 Cash account ' 1 ' February 2015 Ppt-Slow 30 7,500 ' 0 ' 0 ' N/A • 6-12 November 2014 Ppt 100 ' 0 , 0 ' N/A ' 6-12 October 2014 Ppt 1,000 : 0 ' 0 N/A 6-12 Slow 15 250 0 0 N/A 6-12 Slow 60-120 2,500 ' 0 0 N30 - 6-12 August 2014 : Ppt 000 0 ; 0 i N/A • 6-12 i Lines shown in red are 30 or more days beyond terms Payment experiences reflect how bills are met in relation to the terms granted.In some instances payment beyond terms can be the result of disputes over merchandise,skipped invoices etc. : Each experience shown is from a separate supplier.Updated trade experiences replace those previously reported. i . • - • " . . . . . . . . • • . . . . .. . .. . .... . . . .. . .. .... . .. . ................ . .... . . . . . .... . . Custom Rapori .,7.)Dun&13(adstreet,Inc 2010-2016.Ail rights r..asetved Page 11 of 14 .• Open Ratings Past Performance Evaluation 6 S..COMPANY OYERYIE}Y' Past Performance Evaluation Primary Name: Custom Controls Technology,Inc. Report Date: 08-22-2016 Alternate Name: (none) Order Number 3051112 D-U-NS®: 84-792-2648 Address: 2230 W 77TH ST Hialeah,FL 33016 Telephone +1(305)805-3700 Number: Company Information Year Started: 1987 Year of Current Control: 1987 Annual Sales: $4,000,000 Total Employees: 16 SIC/Line of Business: 3625/Relays and industrial controls 2.SUPPLIER.PERFORMANCE RATINGS" The supplier's overall performance rating is an assessment of predicted performance.Ratings are on a scale from 0 to 100,where 100 represents the highest level of customer satisfaction.The SIC-level benchmark indicates how the supplier's overall performance rating ranks in comparison against peers. SIC/Quintile Overall Performance Rating 92 00000 Bottom •R U Top Overall,how satisfied do you feel about SIC: 3625/Relays and the performance of this company during industrial controls this transaction? Detailed Performance Ratings 0 25 50 75 100 I I I I I RELIABILITY: How reliably do you think this company follows through on its 92 commitments? COST: How closely did your final total costs correspond to your 90 - expectations at the beginning of the transaction? ORDER ACCURACY: How well do you think the product/service delivered matched your 94 _ • order specifications and quantity? DELIVERY/TIMELINESS: How satisfied do you feel about the timeliness of the product/service 99 I; delivery? QUALITY: How satisfied do you feel about the quality of the product/service 94 '1 provided by this company? BUSINESS RELATIONS: How easy do you think this company is to do business with? 9a PERSONNEL: How satisfied do you feel about the attitude,courtesy,and 91 I - :. I professionalism of this company's staff? CUSTOMER SUPPORT: How satisfied do you feel about the customer support you received 94 • _ from this company? RESPONSIVENESS: How responsive do you think this company was to information 9a requests,issues,or problems that arose in the course of the transaction? Past Performance Evaluation ©Dun&Bradstreet,Inc. Page: 1 of 2 Open Ratings Past Performance Evaluation Business Name: Custom Controls Technology,Inc. D-U-NS® : 84-792-2648 Report Date : 08-22-2016 . N .Y .fe,�C rn,.47-k.-A£ls _sue .•i.Tlf,N' a 1, ,fZ�' `la`t'�;3 ,DISTRIBIJfION.�OF:FEEDBACK,�,,, -� �'�.'A<��::>��:��zc .:.n,.�.�_�- �x�.�_�:�:i�..�._�,.,{:���"'��v:.�R,� ==A�,.*.,w„adz;, This supplier's ratings were based in part on survey feedback from past customers.This chart provides a breakdown of the survey responses received from customers in the last 12 months.For each of the survey questions,the responses,which were provided on a 0 to 10 scale,are categorized as"positive”(9 to 10),"neutral"(5 to 8),or"negative"(0 to 4).All Customer feedback is provided confidentially;individual reference responses are not disclosed. The percentages of responses falling into each category are shown below. 0 25 50 75 100 OVERALL PERFORMANCE - ==.—--_—___ —__—� COST Custom Controls Technology, Inc . T2230 W.77th ST, Hialeah Fl. 33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com Scope of Services Proposed 1. Technical specification of the proposed equipment Group � ': .. _ � :.. .,, • .: A. Description Qty ' - Specifications Item , PowerFlex 753 AC Drive,with Embedded I/O,Air Cool n 'i 14.. •.-e - ed, DC Al Sewer Pump Station#1 (1053 Jefferson Ave) VFD#1,3,&4 3 Input with Precharge,Open Type,248 Amps, 200HP ND, 150HP (200hp pumps) HD,480 VAC,3 PH, Frame 6, Filtered,CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND248ANONNNNN Sewer Pump Station#10(28 PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC A2 Venetian Way) VFD#1 &2(60hp 2 Input with Precharge,Open Type,77 Amps, 60HP ND, 50HP HD, pumps) 480 VAC,3 PH, Frame 5, Filtered,CM Jumper Removed, DB Transistor, Blank(No HIM).Allen Bradley, model 20F14ND077AAONNNNN Sewer Pump Station#11 (1710 PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC A3 2 Washington Ave)VFD#1 &2 Input with Precharge,Open Type, 248 Amps, 200HP ND, 150HP (200hp pumps) HD,480 VAC,3 PH, Frame 6, Filtered, CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND248ANONNNNN Sewer Pump Station#15(Pine Tree PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC A4 Dr.& West 515t Street)VFD#1 &2 2 Input with Precharge,Open Type,77 Amps, 60HP ND,50HP HD, (60hp pumps) 480 VAC, 3 PH, Frame 5, Filtered, CM Jumper Removed, DB Transistor, Blank(No HIM).Allen Bradley, model 20F14ND077AAONNNNN Sewer Pump Station#19(6850 PowerFlex 753 AC Drive,with Embedded I/O, Air Cooled, DC AS Indian Creek Dr.)VFD#1 &2 2 Input with Precharge,Open Type, 125 Amps, 100HP ND, 75HP (100hp pumps) 'HD,480 VAC,'3 PH, Frame 6, Filtered, CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND125ANONNNNN Sewer Pump Station#21 (850 West PowerFlex 753 AC Drive,with Embedded I/O, Air Cooled, DC A6 71st Street) VFD#1 (100hp pump) 1 Input with Precharge,Open Type, 125 Amps, 100HP ND, 75HP HD,480 VAC,3 PH, Frame 6, Filtered,CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND125ANONNNNN Sewer pump Station#22(Hagen PowerFlex 753 AC Drive,with Embedded I/O, Air Cooled,AC A7 Street on golf course)VFD#1 &2 2 Input with DC Terminals,Open Type,40 Amps,30HP ND, 25HP (30hp pumps) HD,480 VAC, 3 PH, Frame 3, Filtered,CM Jumper Removed, DB Transistor, Blank(No HIM).Allen Bradley, model 20F11ND040AAONNNNN Custom Controls Technology, Inc C C 2230 W. 77th ST, Hialeah FL 33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com .Group ► _ _ - A:•' f -. * Description' • Qty - Specifications, Sewer Pump Station#23(750 West PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC A8 2 75th Street)VFD#1 &2(100hp Input with Precharge,Open Type, 125 Amps, 100HP ND,75HP pumps) HD,480 VAC,3 PH, Frame 6, Filtered, CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND125ANONNNNN A9 Sewer pump Station#24(8100 2 PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC Hawthorne Ave)VFD#1 &2(60hp Input with Precharge,Open Type, 77 Amps, 60HP ND, 50HP HD, pumps) 480 VAC,3 PH, Frame 5, Filtered, CM Jumper Removed, DB Transistor, Blank(No HIM).Allen Bradley, model 20F14ND077AAONNNNN A10 Sewer pump Station#27(5400 2 PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC Collins Ave) VFD#1 &2(125hp Input with Precharge,Open Type, 156 Amps, 125HP ND, 100HP pumps) HD,480 VAC,3 PH, Frame 6, Filtered, CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND156ANONNNNN A11 Sewer Pump Station#28(300 28th 2 PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC Street) VFD#2&3(350hp booster Input with Precharge, Open Type,415 Amps, 350HP ND, 300HP pumps) HD,480 VAC,3 PH, Frame 7, Filtered, CM Jumper Removed, None, Blank(No HIM). Allen Bradley, model 20F14ND415ANONNNNN Al2 Sewer Pump Station#28(300 28th 3 PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC Street) VFD#1,2,&3(250hp Input with Precharge,Open Type,302 Amps, 250HP ND, 200HP pumps) HD,480 VAC,3 PH,Frame 7, Filtered, CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND302ANONNNNN Sewer pump Station#29(Indian PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC A13 2 Creek Drive& 63rd Street)VFD#1 Input with Precharge,Open Type, 302 Amps,250HP ND, 200HP . • : ' • &2(250hp booster pumps) - HD,480 VAC,3 PH, Frame-7, Filtered,CM Jumper Removed; - None, Blank(No HIM).Allen Bradley, model 20F14ND302ANONNNNN Sewer pump Station#29(Indian PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC A14 3 Creek Drive& 63rd Street)VFD#1, Input with Precharge,Open Type, 156 Amps, 125HP ND, 100HP . 2,&3(125hp pumps) HD,480 VAC, 3 PH, Frame 6, Filtered, CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND156ANONNNNN Custom Controls Technology, Inc C C 2230 W.77th ST, Hialeah Fl. 33016.Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com Group z B Description Qty Specifications :,;Item `� . .. { ,. '-: ;, _ - • Water Pump Station#1(451 PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC 61 2 Dade Blvd.) VFD#1 &2(250hp Input with Precharge,Open Type,302 Amps, 250HP ND, 200HP pumps) HD,480 VAC,3 PH, Frame 7, Filtered,CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND302ANONNNNN Water Pump Station#1 (451 PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC B2 1 Dade Blvd.) VFD#1 &2(125hp Input with Precharge,Open Type, 156 Amps, 125HP ND, 100HP pumps) HD,480 VAC, 3 PH, Frame 6, Filtered,CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND156ANONNNNN Water Pump Station#2(75" Street& PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled,DC B3 Dickens Ave)VFD#1 &2(250hp 2 Input with Precharge,Open Type, 302 Amps,250HP ND, 200HP pumps) HD,480 VAC, 3 PH, Frame 7, Filtered,CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND302ANONNNNN Water Pump Station#2(75b Street& PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC B4 1 Dickens Ave)VFD#1 (125hp pump) Input with Precharge,Open Type, 156 Amps, 125HP ND, 100HP HD,480 VAC,3 PH, Frame 6, Filtered,CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND156ANONNNNN Water Pump Station#3(71st PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC B5 2 Street& Fountain)VFD#1 & Input with Precharge,Open Type, 302 Amps, 250HP ND, 200HP 2(250hp pumps) HD,480 VAC,3 PH, Frame 7, Filtered,CM Jumper Removed, None, Blank(No HIM).Allen Bradley,model 20F14ND302ANONNNNN Water Pump Station#4(468 PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC B6 2 Alton Rd) VFD#1 &2(300hp Input with Precharge, no DC Terminals,Open Type,361 Amps, 300HP ND,250HP HD;480 VAC, 3 PH, Frame 7, Filtered,CM• ; •:pumps)- _ . Jumper Removed, None, Blank (No HIM).Allen Bradley,model 20F14ND361ANONNNNN Water Pump Station#4(468 PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC B7 1 Alton Rd) VFD#1 (100hp Input with Precharge,Open Type, 125 Amps, 100HP ND, 75HP pump) HD,480 VAC,3 PH, Frame 6, Filtered,CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND125ANONNNNN Water Pump Station#5(Belle Ilse, PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled, DC B8 1 NE side of Venetian Way)VFD#1 Input with Precharge,Open Type, 156 Amps, 125HP ND, 100HP (125hp pump) HD,480 VAC,3 PH, Frame 6, Filtered, CM Jumper Removed, None, Blank(No HIM).Allen Bradley, model 20F14ND156ANONNNNN PowerFlex 753 Designed for general purpose applications,the PowerFlex 753 AC drive offers multiple options and features along with the added benefit of simple integration.The PowerFlex 753 comes standard with built-in I/O making it a cast effective solution ideal for OEMs and system integrators looking to reduce engineering costs,deliver machines to market faster and meet end-user demand for more productive and safer machines. It"; at a glance... s= Ratings 380...480V: 0.75...250 kW/1.0...350 Hp/2.1_.456 A ` ; 600V: 1.0..300 Hp/1.7...289 A • • 690V: 7.5...250 kW/12_.263 A • • Motor Control • V/Hz Control '''' '�' • Sensorless Vector Control • • Vector Control with FORCE Technology (with and without encoder) • Intoner Permanent Magnet with and without encoder Communications Multiple options for industrial networks are available(see Communication Option IKts). User Interface HIM(see Human Interface Modules for options) Enclosures • IP00/1P20,NEMA/UL Type Open • Flange Mount • IP54/NEMA/UL Type 12 - _ - Safety • Safe Torque-Off PLe/SIL3 Cat.3 • Safe Speed Monitor PLe/51L3 Cat.4 Additional • DeviceLogix Features • Predictive Diagnostics • Adjustable Voltage Control - • Three option slots for I/0,feedback,safety,auxiliary control power,communications • Indexing • Pump Jack and Pump Off for oil well applications •"Pjump and Traverse for Fibers application .- • Conformal.Coating • DC Link Choke • Automatic Device Configuration•- ,_ _ - - -• _ - _ _ .-.• Certifications • ABS(Frames 2_7,400/480V AC) • ATEX Certified with appropriate options • C-Tick • c-UL-us • CE • EPRI/SEMI F47 • GOST-R(Frames 2_7,400/480V AC) • Lloyds Register(Frames 2_7,400/480V AC) • RINA(Frames 2...7,400/480V.AC) • RoHS compliant materials • FS ISO/EN13849-1(E11954-1)with Safe Torque-Off option Additional Information PowerFlex 750-Series Brochure,publication 750-BROO1 PowerFlex 750-Series Technical Data publication 750-73001 •Requires Dual-port EtherNet/IP Option Module(Cat.110.20-750-ENETR),firmware V7,Studio 5000 Logix Designer,and Drive Add-On Profiles Version 4.04 or higher. To interpret the meaning of a catalog number,match the values of the catalog number code in positions a,b,c,etc.with the tables labeled a,b,c,etc.below. 20F 1 A N D 248 A A O N N N N N a b c d e f1...f2 g h a Drive Code Type 20F PowerFlex 753 b Future Use c Input Type Code Description Frames 1 AC Input with Precharge,includes DC Terminals 1...4 AC Input without Precharge,includes DC Terminals 5 4 DC Input with Precharge 5...7 A AC Input with Precharge,no DC Terminals 6...7 -The DC Bus Bar kit(20-750-DCBB1-Fx)is available for Frames 6...7 AC input drives requiring DC bus terminals. d Enclosure Code Description Frames R IP20,NEMA/UL Type Open,Frame 1 1 F4 Flange(NEMA/UL Type 4X/12 back) 2._5 G IP54,NEMA/UL Type 12 2...7 N; IP20/IP00,NEMA/UL Type Open 2_.7 S For Frames 6...7 a User Installed Flange Kit is available to convert a Code N drive that provides a NEMA/UL Type 4X/12 back. Frames 2...5 are IP20,Frames 6...7 are IP00. e Voltage Rating Code Voltage C 400V AC/540V DC D 480V AC/650V DC E 600V AC/810V DC F 690V AC/932V DC(not UL listed) • f1 ND Rating 400V,50 Hz Input Code Amps kW Frame Enclosure Code F G N R 2P1 2.1 0.75 2 2 2 1 3P5 3.5 1.5 •5P0 5.0 2.2 8P7 8.7 4 011 11.5 5.5 015 15.4 7.5 022 22 11 030 30 15 3 3 3 037 37 18.5 043 43 22 060 60 30 4 4 4 072 72 37 5 085 85 45 5 5 104 104 55 6 140 140 75 5 6 170 170 90 205 205 110 260 260 132 7 302 302 160 7 367 367 200 456 456 250 0 For Frames 6...7 a User Installed Flange Kit is available to convert a Code N drive that provides a NEMA/UL Type 4X/12 back. f2 ND Rating 480V,60 Hz Input Code Amps Hp Frame Enclosure Code F G N R 2P1 2.1 1 2 2 2 1 3P4 3.4 2 5P0 5.0 3 8P0 8.0 5 011 11 7.5 014 14 10 022 22 15 - 027 27 20 3 3 3 034 34 25 040 40 30 052 52 40 4 4 4 065 65 50 5 077 77 60 5 5 096 96 75 6 125 125 100 5 6 156 156 125 186 186 150 248 248 200 7 302 302 250 7 361 361 300 415 415 350 5 For Frames 8..7 a User Installed Flange Kit is available to convert a Code N drive that provides a NEMA/UL Type 4X/12 back. f3 ND Rating 600V,60 Hz Input Code Amps Hp Frame Enclosure Code F G N 1P7 1.7 1 3 3 3 2P7 2.7 2 3P9 3.9 3 6P1 6.1 5 9P0 9 7.5 011 11 10 012 12 10 - 6 6 017 17 15 3 3 3 018 18 15 - 6 6 022 22 20 3 3 3 023 23 20 - 6 6 024 24 20 027 27 25 4 4 4 028 28 25 - 6 6 032 32 30 4 4 4 033 33 30 - 6 6 041 41 40 5 5 5 042 42 40 - 6 6 052 52 50 5 - 5 053 53 50 - 6 6 063 63 60 077 77 75 099 99 100 125 125 125 144 144 150 192 192 200 7 7 242 242 250 289 289 300 f4 ND Rating 690V,50 Hz Input not UL listed) Code Amps kW Frame Enclosure Code 0 N 012 12 7.5 6 6 015 15 11 020 20 15 023 23 18.5 030 30 22 034 34 30 046 46 37 050 50 45 061 61 55 082 82 75 098 98 90 119 119 110 142 142 132 171 171 160 7 7 212 212 200 263 263 250 g Filtering and CM Cap Configuration• Code Filtering Default CM Cap Connection A Yes Jumper Removed Yes Jumper Installed •480V drives must select code'A.'Jumpers are included for field reconfiguration as desired. h Dynamic Braking Code Internal Resistor a Internal Transistor► A No Yes 11 No No e Frames 1...2 only. •Standard on Frames 1...5,optional on 6...7. The catalog numbers listed below are for base drives in their respective power ratings.Click"Build a Catalog Number'to configure a drive for ordering.For detailed drive information,refer to the PowerFlex 750-Series Technical Data,publication 750•TD001. IP00/IP20,NEMANL Type Open 8 380...480V AC,Three-Phase Drives 400V AC Input Frame 480V AC Input Size Output Amps S Normal Duty Heavy Duty Cat.No. Output Amps S Normal Duty Heavy Duty Cat.No.* Hp Hp kW kW Cont. 1 Min. 3 Sec. Cont. 1 Min. 3 Sec. 2.1 2.3 3.2 1 0.5 20F11RD2P I AAON NIINN 2.1 2.3 3.2 0.75 0.37 20FIIRC2PIJAOHNNNN 1 3.4 3.7 5.1 2 1.5 20FIIRD3P4AAONNIINN 3.5 3.9 5.3 1.5 0.75 20F1 IRC3P5JAONNNNN 1 5 5.5 7.5 3 2 ZOF11RD5POAAONNNNN 5 5.5 7.5 2.2 1.5 ZOFI IRC5POJAONNNt1N 1 8 8.8 12 5 3 20F11RDSPOAAONNNNN 8.7 9.6 13.1 4 2.2 10FI IRC8P7JAONNN)IN 1 11 12.1 16.5 7.5 5 20F11RD011AAONNNNN 11.5 12.7 17.3 5.5 4 ZOF11RCOIIJAONNNNN 1 14 15.4 21 10 7.5 20FIIRD014AA0NNNNN 15.4 16.9 23.1 7.5 5.5 20F1IRC015JAONNNNN 1 2.1 3.1 3.7 I 1 20FIIND2P1AAONNNNN 2.1 3.1 3.7 0.75 0.75 20FIINCZP1JAONNNNN 2 3.4 5.1 6.1 2 2 20FIIND3P4AAONNNNN 3.5 5.2 6.3 1.5 1.5 20F1 INC3P5JAONNNIIN 2 5 7.5 9 3 3 20FIIND5POAAONNNNN 5 7.5 9.0 2.2 2.2 20F11NC5P0JAONNNNN 2 a 12 14.4 5 5 ZOFIIND8P0AAONNNNN 8.7 13 15.6 4 4 20F11NCBP7JAONNNNN 2 11 16.5 19.8 7.5 7.5 20Ft 1ND011AAONNIINN 11.5 17.2 20.7 5.5 5.5 ZOFIINC0111AONNNNN 2 14(11) 15.4 21(21) 10 7.5 20F11ND014AAONNNNN 15.4 16.9 23.1 7.5 5.5 20F11NC015JAONNNNN 2 (16.5) (11.5) (17.3) (23.1) 22(14) 24.2 33(33) 15 10 ZOF11NDOZZAAONNNNN 22 24.2 33(33) II 7.5 20F11NCO22JAONNNNN 2 (21) (15.4) (23.1) 27(22) 29.7 40.5 20 15 20F11NDO27AA0NNNNN 30(22) 33(33) 45(45) 15 11 20F11NC030JAONNNNN 3 (33) (40.5) 34(27) 37.4 51(51) 25 20 20F11ND034AAONNNNN 37(30) 40.7 55.5 18.5 15 20F11NC037JAONNNNII 3 (40.5) (45) (55.5) 40(34) 44(51) 60(61.2) 30 25 20FI 1ND040AAONNNNN 43(37) 47.3 64.5 22 18.5 20F11NC043JAONNNN14 3 (55.5) (66.6) 52(40) 57.2 78(78) 40 30 20F11ND052AAONNNIIN 60(43) 66(66) 90(90) 30 22 20F11NC060JAONNNNN 4 (60) 65(52) 71.5 97.5 50 40 20F11ND065AAONNNNN 72(60) 79.2 108 37 30 20F11NC072JAONNNNN 4 (78) (97.5) (90) (108) 77(65) 84.7 116 60 50 20F11NDO77AAONIINNN 85(72) 93.5 128 45 37 20F11NC085JAONNNNN 5 (97.5) (117) - (108) (130) 96(77) 106 144 75 60 20F11ND096AAONNNNN 104(85) 114 156 55 45 20F1 INC104JAONNNNN 5 (116) (144) (128) (156) 125 138 188 .100 75 20FIAND125AN004NIINN 140 154 210 75 55 20F1ANC14OJNONNNNN 6• (96) (144) (188) (104) (156) (210) . 156 172 234 125 100 20F1AND156ANONNNNN 170 (140) (210) 255 255) 90 75 20F1ANC170JNONNNNN 6e (125) (188) (234) 186 205 279 150 125 20FIAND186ANONNNNN 205 226 308 110 90 20F1A8IC205JNONNNNN 6 4 (156) (234) (281) (170) (255) (308) 248 273 372 200 150 20F1AND248ANONNNNN 250 286 390 132 110 20F1ANC260JNONNNNN 6e (186) (279) (372) (205) (308) (390) 302 332 453 250 200 ZOFIAND302ANONNNNN 302 332 453 160 132 20FIANC102JNONNNNN 7 4 (248) (372) (453) (260) (390) (468) 361 397 542 300 250 20F1AND36IANON3INNN 367 404 551 200 160 20F1A31C367JNONNNNN 7 4 (302) (453) (544) (302) (453) (551) 415 457 623 350 300 20F1AND415ANONNN11N 456 502 684 250 200 20FIANC456JNONNNNN 7 e (361) (542) (650) (367) (551) (684) a Frames 2...5 are IP20,Frames 6._7 are!P00. •The I 1 th character determines default Filtering and Common Mode Cap jumper configuration.7'=Installed,"A'=Removed. e Also available with internal Brake 1GBT(20Ftxxxxxxx A xxxxxx). 8 Some drives have dual current ratings;one for normal duty applications,and one for heavy duty applications(in parenthesis).The drive may be operated at either rating. Frames 3,4 and 5 are 600V only drives.Frames 6 and 7 are dual voltage drives and cars be operated at 600V or 690V AC. Important:Frames 3,4,and 5 must NOT be used in common DC input sharing applications with Frame 6 or larger drives.For details,contact your local Rockwell Automation sales office or Allen-Bradley Distributor. DC Bus terminals are not supplied with AC input Frame 6 and 7 drives. Custom Controls Technology, Inc 2230 W.77th ST, Hialeah Fl. 33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com 2. Client reference for the equipment proposed Please see reference list attached. 3. Development of a non-proprietary,interoperable City-wide standard All existing drives will be substituted with NEW Allen Bradley 750 Series drives, maintaining as much as the existing equipments in place,such as DC drives, phase shifting transformers, breakers,etc., hence the interoperability and interchangeability is guarantee. CCT will use the existing cabinet infrastructure to allocate the new equipment as much as possible, and, in case that new equipment size demands a bigger space, all addition will be implemented following sound engineering practices and, in fully agreement with Miami Beach technical authorities. Although the modified equipment will not bear UL label and markings,CCT will execute all activities in accordance with UL standards as long as possible, always within the scope of supply stated in our commercial bid. The use of standard Allen Bradley equipment, along with following standard engineering practices guarantee that the resulting retrofitted stations will be easy to maintain and operate by all City personnel in charge of pumps operations. 4. Reliability and/or service level performance data for equipment CCT will provide ALLEN BRADLEY 750 Series drives for the City.All data regarding reliability and/or service level performance is available directly from the manufacturer upon request. 5. Availability of locally stocked spare parts and equipment CCT will have an adequate level of spare parts for the drives in stock, as well as complete units for replacement,following the recommendations from the manufacturer.These parts will be storage in our warehouse in Hialeah,so they will be fully available in case of contingency. In any case,CCT will comply with section C4.3 of the Appendix"C"of the specifications, and guarantee the availability of replacement parts within the parameters stated in the section mentioned above. 6. Program and network monitoring communications The existing network monitoring and communication infrastructure will be maintained.Allen Bradley VFD will communicate with the City of Miami Beach SCADA thru a Ethernet/IP protocol.All Custom Controls Technology, Inc T2230 W.77th ST, Hialeah Fl. 33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com variable of interest will be pooled to the existent PLC;this PLC will continue handling the process and communication protocols with the SCADA. Any change in the addresses required in the PLC will be implemented by CCT on field.After complete the installation, a full check will be conducted and the communications with the PLC/SCADA will be fully tested. • CuSto.m Controls - Tec.hno1ogj 1ne CITY OF MIAMI BEACH DEPARTMENT OF PROCUREMENT MANAGEMENT RFQ 2016-148-ND REFERENCES& PAST PERFORMANCE REFERENCE NO. 1: STATION 1 AND 11 FIELD MODIFICATION FIRM NAME: CITY OF MIAMI BEACH CONTACT NAME: GEORGE A CORCHADO/ANTHONY MINCY ADDRESS: 451 DADE BLVD., MIAMI BEACH,FL 33139 TELEPHONE: 786-295-4925/305-673-7625 EMAIL: gcorchado@ miamibeachfl.gov/AnthonyMincy @miamibeachfl.gov Part# Description Qty. 20F1AND248ANONNNNN PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled,AC Input with 2 Precharge, no DC Terminals,Open Type,248 Amps,200HP ND, 150HP HD,480 VAC,3 PH,Frame 6,Filtered,CM Jumper Removed,None,Blank (No HIM) 20-750-FLNG4-F6 PF750 Flange Adapter,Type 4X,Frame 6 2 20-750-1132D-2R PF750 115V I/O Module 1AI,1AO,3D1,2RO 2 20-HIM-C6S PowerFlex Architecture Class Remote Enhanced HIM,NEMA 4x/12 2 Services Included: 1 —Removal of the existing 1336 Plus II drive unit and auxiliary components from the enclosure. 2—Installation of a Hoffman backplane to accommodate the new drive. 3—Installation of the necessary components from the drive assembly to incorporate them and the PowerFlex 753 Series Drive 20F1AND302ANONNNNN into the existing Control system. 4—Installation of a 20-HIM-C3S Door mounted HIM. 5—Startup of the Powerflex 700 Drive assembly. 6—AutoCAD drawings of Drive power interface and control I/O. --- - Custom. Cont '® ._5 TeCten®logy �I7Ca. CITY OF MIAMI BEACH DEPARTMENT OF PROCUREMENT MANAGEMENT • RFQ 2016-148-ND REFERENCES&PAST PERFORMANCE REFERENCE NO.2: STATION 28B 350 HP A35 AMPS FIELD MODIFICATION FIRM NAME: CITY OF MIAMI BEACH CONTACT NAME: GEORGE A CORCHADO/ANTHONY MINCY ADDRESS: 451 DADE BLVD., MIAMI BEACH, FL 33139 TELEPHONE: 786-295-4925/305-673-7625 EMAIL: gcorchado@ miamibeachfl.gov/AnthonyMincy @miamibeachfl.gov Part# Description Qty. 21G1AKD430AN4NNNNN-LD-L3-P3-P14-P20 PowerFlex 755 AC Drive,with Embedded I/O,Air Cooled,AC Input with DC 1 Terminals,Flange Type,430 Amps,400LP HD,350HP HD,480 VAC,3 PH,Frame 5,Filtered,CM Jumper Removed, DB Transistor,Blank(No HIM) 20-750-1132D-2R PF750 115V I/O Module 1AI,1A0,3D1,2R0 1 20-HIM-C6S PowerFlex Architecture Class Remote Enhanced HIM,NEMA 4x/12 1 Services Included: 1—Removal of the existing 1336 Plus II drive unit and auxiliary components from the enclosure. 2—Installation of a Hoffman backplane to accommodate the new drive 3—Installation of the necessary components from the drive assembly to incorporate them and the PowerFlex 753 Series Drive 21G1AKD430AN4NNNNN-LD-L3-P3-P14-P20 into the existing Control system. 4—Installation of a 20-HIM-C3S Door mounted HIM. 5—Startup of the PowerFex 700 Drive assembly. 6—AutoCAD drawings of Drive power interface and control I/O. • CC,...F. - Custom Control_ Tochnologg Inc. CITY OF MIAMI BEACH DEPARTMENT OF PROCUREMENT MANAGEMENT • RFQ 2016-148-ND REFERENCES&PAST PERFORMANCE REFERENCE NO.3: STATION 29B FIELD MODIFICATION FIRM NAME: CITY OF MIAMI BEACH CONTACT NAME: GEORGE A CORCHADO/ANTHONY MINCY ADDRESS: 451 DADE BLVD., MIAMI BEACH, FL 33139 TELEPHONE: 786-295-4925/305-673-7625 EMAIL: gcorchado@ miamibeachfl.gov/AnthonyMincy @miamibeachfl.gov Part# Description Qty. 20F1AND302ANONNNNN PowerFlex 753 AC Drive,with Embedded I/O,Air Cooled,AC Input with 1 Precharge,no DC Terminals,Open Type,302 Amps,250HP ND,200HP HD,480 VAC,3 PH,Frame 7,Filtered,CM Jumper Removed,None, Blank (No HIM) 20-750-1132D-2R PF750 115V I/O Module 1AI,1AO,3D1,2RO 1 20-HIM-C6S PowerFlex Architecture Class Remote Enhanced HIM,NEMA 4x112 1 20-750-FLNG4-F7 PF750 Flange Adapter,Type 4X,Frame 7 1 Services Included: 1 —Removal of the existing 1336 Plus II drive unit and auxiliary components from the enclosure. 2—Installation of a Hoffman backplane to accommodate the new drive 3—Installation of the necessary components from the drive assembly to incorporate them and the PowerFlex 753 Series Drive 20F1AND302ANONNNNN into the existing Control system. 4—Installation of a 20-HIM-C3S Door mounted HIM. 5—Startup of the Powerflex 700 Drive assembly. 6—AutoCAD drawings of Drive power interface and control I/O. • Custom Controls Technology, Inc 2230 W. 77th ST, Hialeah Fl. 33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com Approach and Methodology ASSESM ENT Field inspections will be performed in each station in order to determine the scope of the work to be done. Verification/Check list will be used to assure that all details are cover during these visits. An extensive set of photos will be taken so; the minimum details are in digital format ready to be used during the design phase of the project. During this assessment phase, CCT will perform any parameter measure needed (Voltage, Amperage, etc.), with the assistance of technical personnel of the City on Miami Beach. IMPLEMENTATION PLAN Assessment visits will be coordinated with City of Miami Beach personnel,to guarantee full access to the stations. Once all data had been gathered, a details execution plan will be prepared, based in station availability, city priorities and equipment's type. This plan will tackle different aspect such as, equipment availability, stations availability, VFD type, extends of the work to be performed, city priorities, and general work conditions on site. Once all aspect is being considered, a formal project timeline will be presented to the City of Miami Beach for their revision and approval. During this period all certifications, authorization, license, permit, etc. issues as required by the City shall be resolved. CCT preliminary approach establishes the replacement of VFD's at one station at a time. After the replacement, the station will be tested, and immediately after, will be deliver to the City for operation. The amount of time allowed for each station will vary, and will depend of the extension of the work to be performed in each site. • - PROJECT TIMELINE • A preliminary project timeline is presented below. This schedule will be revised and fixed after the reception of a formal PO and once all technical inspection has been finished:. Weeks 11©©e©13ee11 n el 4 fl e©ee121 2a®®®m®m®mm 3U®®®e TEMEE Site visit ;g11II t'1"''111111111""'111111"''111111111 1'111,11111"1'1'11,111'11"1'1 Scope of work/Equipment RFO 11 1 1111111111111111111 11111111111111111111111 1111111111111111111111111111111 Submittlas 111 11111111111 1111111111111111111111111111111 1111111111111111111111111111111 Procurement 111111 T'; .. 1111111111111111 11111 11 111111111111111111111111111111111 Installation/Start Up 1111111111111111_ 'R, ;' y • ' '11 O&M manuals 11111111111111111111 : z , 11 Training 111111111111111111111 '111111 11111111111111 1111111111111111111111111111111 11 project close 11111111111111111 1111111111111111111111111111111 1111111111111111111111111111;1 1111111111111111 1111111 11111111111111 1111111111 1111111111111111111111111111111 Custom Controls Technology, Inc T2230 W.77th ST, Hialeah Fl. 33016. Phone (305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com PHASING OPTION Project execution will be based on stations availability and City priorities. Since the estimated mean time to perform a station revamping is around 5-6 days, implementation phase will be conducted as a complete job, from dismantling to testing. All station will be left fully functional and ready for City operation. No further phasing analysis is required for this project. TESTING AND RISK MITIGATION All work will be performed following the applicable codes and standards. A complete test will be performed by CCT personnel, specially trained in electrical equipment installations and risk mitigation, using checklist and other standard tools. A complete schedule of work for each station will be discussed in advance with cities authorities; during this meeting a risk mitigation plan will be agreed, and will be strictly follow for all personnel involved in the work. REPAIR AND RESPONSE TIMES Repairs and responses times will be as stated in section C4. of Appendix C — " Minimum Requirements, Specifications & Special Conditions". CCT service technicians will be available 24/7, 365 days/year to provide assistance to the City as per their request. • Custom Controls Technology,Inc 2230 W.77th ST, Hialeah Fl.33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com REVISED APPENDIX D PROPOSAL TENDER FORM-GROUP A Failure to submit Section 5,Proposal Tender Form,in its entirety and fully executed by the deadline. established for the receipt of proposal will.result in.proposal being deemed non-responsive,and being rejected: Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms,conditions,specifications and other requirements stated herein,and that no claim will be made on account of any increase in wage scales,material prices,delivery delays,taxes,insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance.The Bid Price Form(Section 5) shall be completed mechanically or,if manually,in ink. Proposal Tender Forms(Section 5)completed in pencil shall be deemed non-responsive.All corrections on the Proposal Tender Form(Section 5)shall be initialed. Group. ' , A �, Total 3 :,item_n f:. r Description .QtY U/M Unit Cost - (Quantity a UnrtCost)' Al Sewer Pump Station#1(1053 Jefferson Ave) VFD 3 each $24,785.00 $74,355.00 #1,3,&4 200h• cm's A2 Sewer Pump Station#10(28 Venetian Way) VFD 2 each $10,725.00 $21,450.00 #1&2 60h. 'urn's A3 Sewer Pump Station#11(1710 Washington Ave) 2 each $24,785.00 $49,570.00 VFD#1 &2 200h• sums A4 Sewer Pump Station#15(Pine Tree Dr.& West 2 each $10,725.00 $21,450.00 51st Street VFD#1&2 60h• •urn's A5 Sewer Pump Station#19(6850 Indian Creek Dr.) 2 each $13,463.00 $26,926.00 VFD#1&2 100h• sum's A6 Sewer Pump Station#21(850 West 71st Street) 1 each $13,463.00 $13,463.00 VFD#1 100h• sum. Al Sewer pump Station#22(Hagen Street on golf 2 each $9,038.00 $18,076.00 course VFD#1 &2 30h, 'um•s A8 Sewer Pump Station#23(750 West 75th Street) 2 each $13,463.00 $26,926.00 VFD#1&2 100h. 'um's A9 Sewer pump Station#24(8100 Hawthorne Ave) 2 each $10,725.00 $21,450.00 VFD#1 &2 60h' sum's A10 Sewer pump Station#27(5400 Collins Ave) VFD 2 each $19,628.00 $39,256.00 #1&2 125h' •um's All Sewer Pump Station#28(30028th Street) VFD 2 each $49,250.00 $98,500.00 #2&3 350h•booster sums Al2 Sewer Pump Station#28(300 28th Street) VFD' 3 each $30,950.00 $92,850.00 #1,2,&3 250h"um's A13 Sewer pump Station#29(Indian Creek Drive& 2 each $30,950.00 $61,900.00 63rd Street VFD#1 &2 250hp booster urn's A14 Sewer pump Station#29(Indian Creek Drive& 3 each $19,628.00 $58,884.00 63rd Street)VFD#1 2,&3(125hp pumps) y r •- ' = ; • rti GROUP{A TOTAL', $625,056.00• •- ' -err .�.. Turnkey in accordance with the specifications. • Bidder'sAffirmatlon •' + " Company:CUSTOM CONTROLS TECHNOLOGY,INC Authorized Representative:GERARDO GALLO Address:2230 WEST 77TH STREET,HIALEAH,FL 33016 Telephone:3 05-805 3700 Email:gent'@cct-inc.com 2 Authorized Representative's Signature: — c/ cc Custom Controls Technology,Inc 2230 W.77th ST,Hialeah Fl.33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com REVISED APPENDIX D PROPOSAL TENDER FORM -GROUP B ..Failure.to submit Section.5 Proposal Tender.Form,inits entirety and'fullyrexecuted'by the.deadline ' ' established for the'receipt of proposal will,result in,proposal'being deemed non-responsive and . , ' ' being rejected Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP,inclusive of its terms,conditions,specifications and other requirements stated herein,and that no claim will be made on account of any increase in wage scales,material prices,delivery delays,taxes,insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance.The Bid Price Form(Section 5) shall be completed mechanically or,if manually,in ink. Proposal Tender Forms (Section 5)completed in pencil shall be deemed non-responsive.All corrections on the Proposal Tender Form Section 5)shall be initialed. Group' ` t 1 4' ` •�i A o Total .,Item.,;]; , -v,. ;r, Description :::,%',,,,..,:y,,,,-.4.,11:c.07 Qty. -;U/M ,. }�Uiiit Cost, , ; Quantity:x'Umt Cost),' BI n Water Pump Station#1 (451 Dade Blvd.)VFD#1 2 each $30,950.00 $61,900.00 &2 250hs sumps B2 Water Pump Station#1(451 Dade Blvd.)VFD#1 1 each $19,628.00 $19,628.00 &2 125h• 'urn's B3 Water Pump Station#2(75th Street&Dickens 2 each $30,950.00 $61,900.00 Ave VFD#1&2 250h. sum's B4 Water Pump Station#2(75th Street&Dickens 1 each $19,628.00 $19,628.00 Ave VFD#1 125E .ums B5 Water Pump Station#3(71st Street&Fountain) 2 each $30,950.00 $61,900.00 VFD#1&2 250hs sum's B6 Water Pump Station#4(468 Alton Rd)VFD#1&2 2 each $45,800.00 $91,600.00 300h•sumps B7 Water Pump Station#4(468 Alton Rd)VFD#1 1 each $13,463.00 $13,463.00 100hs gums B8 Water Pump Station#5(Belle Ilse,NE side of 1 each $19,628,00 $19,628.00 Venetian Wa VFD#1 125E 'urns Water Pump Statio#7(Terminal Isla!)VFD#112 2 each J AA r°T l� T- tt." is ..- i l FLL •''" ,/,..6-b.4,.. ..., ,,=„-`4 X - -� }1- or Z- M� s � n 3:_```.,` .y GROUPwB TOW!: $349,647.00 x tS ,....-,.. ,,;d,:�'-.: .a...�x ` ` BIf�C�er.., Affirmation + x , Company:CUSTOM CONTROLS.TECHNOLOGY,INC . - Authorized Representative:GERARDO GALLO Address:2230 WEST 77TH STREET,HIALEAH,FL 33016 Telephone:305-8053700 Email:gerry@cct-inc.com - Authorized Representative's Signature'' i Custom Controls Technology,Inc C 2230 W.77th ST,Hialeah Fl.33016. Phone(305)805-3700 Fax(305)805-3440 Visit our Web site www.cct-inc.com REVISED APPENDIX D PROPOSAL TENDER FORM-GROUP C Failure to submit Section 5,Proposal Tender Form,in its entirety and fully executed by the deadline established for the receipt of proposal will result in proposal being deemed non-responsive and being rejected Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions,specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales,material prices,delivery delays,taxes,insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance.The Bid Price Form(Section 5) shall be completed mechanically or,if manually, in ink.Proposal Tender Forms (Section 5) completed in pencil shall be deemed non-responsive.All corrections on the Proposal Tender Form(Section 5)shall be initialed. Group Total C I Estimated Annual Unit (Quantity x Unit Item Hourly Rate Service hours U/M Cost Cost) C1 Hourly Rate-Regular 250 Hourly Rate $220.00 $55,000.00 C2 Hourly Rate—After-Hours/Emergency 100 Hourly Rate $275.00 $27,500.00 SUB-TOTAL ITEM C(Cl+C2) $82,500.00 Total Estimated Annual j Unit (Quantity x Unit Parts&Equipment Gross Cost %discount Cost Cost) C3 Parts&Equipment for.Repairs $60,000 2% C4 Balance of Line(All other parts and $25,000 2% equi•ment • SUB-TOTAL ITEM C(C3+C4) 'If Bidder fails to denote whether%listed is mark-up or discount,Bidder agrees that%will be assumed to be a discount Bidder's Affirmation Company:CUSTOM CONTROLS TECHNOLOGY,INC Authorized Representative:GERARDO GALLO Address:2230 WEST 77TM STREET,HIALEAH,FL 33016 Telephone:3 05-805 3700 Email:gerry@cct-inc.com Authorized Representative's Signature: Detail by FEI/EIN Number Page 1 of 3 DIVISION OF CORPORATIONS Florida Department of State "VP/.�i!› gym t(^1 rlv.rtdr/ Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation CUSTOM CONTROLS TECHNOLOGY, INC. Filing Information Document Number J76106 FEI/EIN Number 65-0003633 Date Filed 05/29/1987 State FL Status ACTIVE • Last Event AMENDMENT Event Date Filed 11/24/2009 Event Effective Date NONE Principal Address 2230 WEST 77TH STREET HIALEAH, FL 33016 Changed: 07/12/2016 Mailing Address 2230 WEST 77TH STREET HIALEAH, FL 33016 Changed: 07/12/2016 Registered Agent Name&Address . . ., , . ; - •. .. GALLO,GERARDO 705 WEST 20TH STREET HIALEAH, FL 33010 Name Changed:01/10/1990 Address Changed:01/10/2014 Officer/Director Detail Name&Address Title VP/S GALLO,GERARDO 6345 WEST 10 AVE HIALEAH, FL 33012 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiN... 12/27/2016 Detail by FEI/EIN Number Page 2 of 3 Title PT GALLO, SHEILA 6345 WEST 10 AVE HIALEAH, FL 33012 Title VP MYERS, GORDON W 123 HAVENWOOD DR PONPANO BCH, FL 33064 Annual Reports Report Year Filed Date 2014 01/10/2014 2015 02/19/2015 2016 01/22/2016 Document Images 01/22/2016--ANNUAL REPORT Mew image in PDF format 02/19/2015—ANNUAL REPORT View image in PDF format 01/10/2014--ANNUAL REPORT View image in PDF format 01/23/2013—ANNUAL REPORT View image in PDF format 04/19/2012--ANNUAL REPORT View image in PDF format 04/12/2012--ANNUAL REPORT View image in PDF format 04/09/2012--ANNUAL REPORT View image in PDF format 01/04/2011--ANNUAL REPORT View image in PDF format 01/05/2010--ANNUAL REPORT View image in PDF format 11/24/2009—Amendment View image in PDF format 11/20/2009—ANNUAL REPORT View image in PDF format 04/29/2009--.ANNUAL REPORT View image in PDF format 04/18/2008--ANNUAL REPORT View image in PDF format 05/31/2007—ANNUAL REPORT . View image,in PDF format.... 06/30/2006—ANNUAL REPORT View image in PDF format 12/19/2005--Merger View image in PDF format 04/25/2005—ANNUAL REPORT View image in PDF format 04/26/2004--ANNUAL REPORT View image in PDF format 01/16/2003—ANNUAL REPORT View image in PDF format 02/20/2002—ANNUAL REPORT View image in PDF format 04/16/2001--ANNUAL REPORT View image in PDF format 04/26/2000--ANNUAL REPORT View image in PDF format 03/04/1999--ANNUAL REPORT View image in PDF format 04/17/1998--ANNUAL REPORT View image in PDF format 01/29/1997--ANNUAL REPORT View image in PDF format 02/20/1996--ANNUAL REPORT View image in PDF format 01/31/1995—ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiN... 12/27/2016 Detail,by FEI/EIN Number Page 3 of 3 nonaa Depar„r,ert of State,Din lion of Corporations http://search.sunbiz.o r /In uir /Cor p orationSearch/SearchResultDetail?inquirytype=FeiN... 12/27/2016 g q y ATTACHMENT D INSURANCE REQUIRMENTS APPENDIX F nce Requirements Insure RFP 2016- 148-ND Standardization of Variable Frequency Drives in the City' s Pump Stations PROCUREMENT DEPARTMENT 1755 Meridian Ave. 3rd Floor Miami Beach, Florida 33139 RFP 2016-148-ND 35 MIAMI ,-, Ekc A $ INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability$ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability- $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 _Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 —Other $ .00 — XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. • RFP 2016-148-ND 36