Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract with MRSE LLC d/b/a Roth Southeast
1 , 1 CONTRACT 'o ✓ THIS IS A CONTRACT, by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida ("City"), and MRSE LLC DBA Roth Southeast., 2260 SW 66 Terrace, Davie, FL. 33317 ("Contractor"). W I T N ESS ET H, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project, and in accordance with the requirements of the Contract Documents. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within one hundred fifty (150) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within fifteen (15) calendar days from the date certified by Consultant as the date of Substantial Completion. Page 1 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of two hundred fifty dollars ($250.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of two hundred fifty dollars ($250.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* [ X] This is a Lump Sum Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. Page 2 [X] This is a Lump Sum Price Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 Payment shall be at the lump sum price in the amount of$246,994.60. This price shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work in accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if any individual item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Following submission of an acceptable updated progress schedule and the other documents required herein along with the Application for Payment, City shall make payment with respect to approved Applications for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a stand- alone document, separate from monthly applications for payment, and shall be considered in accordance with Florida law. Page 3 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as-built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor , and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment Page 4 shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6 - MISCELLANEOUS 6.1 The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any applicable law, regulation, statute or code requirement which is applicable to this Project, the more stringent provision shall prevail and govern the performance of the Work. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. Page 5 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Property Management 1833 Bay Road Miami Beach, Florida 33139 Attn: Frank Garcia-Construction Manager With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: MRSE LLC,DBA ROTH SOUTHEAST 2260 SW 66 Terrace Davie, FL. 33317 Attn: Lawrence D. Maurer— President 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. Page 6 City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. Page 7 IN WITNESS WHEREOF, the parties have set their hand -l -als the day and year first above written. ::� ' dIr ��wa�piHE CITY O' MI '' ACH ` B� •AN /. ... .. . ..y5Arr1.. : -.41a,6 4It 1.INCORP ORATE 7 t db• - • #' SOUTHEAST ATTEST. se4 �' ......• �; / ,,_ 12���, ��� �.t � A's ../ �� - - Sign. - ecretary i ign. re/Preside'�� ."S3Q-s%..Q- \-Agvcs-9.. \...s1/4nc9. . Mck�A-tuz.. Print Name Print Name °1/44k-42 \N--`.. Date ATTACHMENTS ATTACHMENT A- Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Invitation to Bid ("ITB") ATTACHMENT C - Bidder's Response to the ITB ATTACHMENT D - Insurance APPENDIX D: Required Forms APPENDIX D-1: Form of Performance Bond APPENDIX D-2: Form of Payment Bond APPENDIX D-3: Certificate of Corporate Principle APPENDIX D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit APPENDIX D-5: Certificate of Substantial Completion APPENDIX D-6: Final Certificate of Payment APPENDIX D-7: Form of Final Receipt APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION 9-4--D r ---- tD-1/ - 19 City Attorney A4A P Date Page 8 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Competitive Bid Reports- C2 B MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: June 7, 2017 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2017-009-KB FURNISH AND INSTALL VFD'S, VAVS & PNEUMATIC CONTROLS AT MIAMI BEACH POLICE DEPARTMENT. RECOMMENDATION The administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida to approve the City Manager's recommendation pertaining to the bids received, pursuant to Invitation to Bid (ITB) 2017-009-KB for Furnish and Install Variable Frequency Drives, Variable Air Volumes, Dampers, Chilled Water Pipe Insulation, and Controls at Miami Beach Police Department. ANALYSIS The Property Management Department identified the need to enhance the existing HVAC system at MBPD Headquarters. This project will enhance the existing HVAC system by replacing the existing Variable Frequency Drives (or VFDs) and Variable Air Volume diffusers (or VAVs)for new equipment as well as replacing the station's dated pneumatic controls with a new digital building automation system as per design documents prepared by TLC Engineering for Architecture. The project will ensure that the Police Department headquarters HVAC systems are operating for maximum efficiency, and that breakdowns are minimized. ITB PROCESS ITB No. 2017-009-KB, was issued on January 13, 2017, with a bid opening date of March 29, 2017. The Procurement Department issued bid notices to 326 companies utilizing www.publicpurchase.com website and 25 companies via email notification. Forty-nine (49) prospective bidders accessed the advertised solicitation. Additionally, the Department held two (2) pre-bid meetings and a site visit in an effort to increase vendor participation. The notices resulted in the receipt of one (1) responses from: MRSE LLC, dba Roth Southeast(MRSE). See tabulation sheet(Attachment A). Because only a sole bid was received, the Administration consulted with both the City's consultant and the requesting department to make sure there were no issues with the competitiveness of the specification. In this case, it has been determined that multiple firms could have bid. However, the complexities of the project, included portions that affect areas throughout the building and the need to keep the building cooled and operational at all times, may have impacted the number of firms interested in bidding. The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award. In its due diligence, the Procurement Page 64 of 1665 Department verified that the sole bidder, MRSE has met the requirements of the ITB, including: 1. Licensing Requirements: Bidder shall be State of Florida certified and licensed Mechanical Contractor to be considered for award. MRSE is a State certified as a Mechanical Contractor. State license number is: CMC1250259 and expires on August 31, 2018. 2. Previous Experience: Bidders must have successfully completed five (5) projects of similar scope and budget within the last ten (10) years. Similar projects shall be interpreted to mean construction of HVAC Mechanical projects. MRSE submitted five (5) individual references which demonstrate their experience in projects similar in scope and volume to the work indicated in the ITB. 3. Bidder must have the capability to provide a performance and payment bond for the project. The City reserves the right to require performance and payment bonds from the successful bidder. Bidders shall submit a Letter from an A-rated Financial Class V Surety Company, indicating the company's bonding capacity, in the amount not less than one hundred percent of the total base bid amount. The bid response from MRSE was accompanied by a bonding capacity letter from Salter Surety Group dated February 14, 2017. The capacity letter indicated that MRSE has been extended a bonding facility, which has supported individual projects up to$5,000,000.00 and an aggregate work program in the $15,000,000.00 range. Brown & Brown of Florida is rated A by AM Best. 4. Financial Stability and Strength: The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. MRSE has a good record of performance and has the financial resources to ensure that they can satisfactorily provide the goods and/or services required in the ITB. Their latest Supplier Qualifier Report from Dun & Bradstreet indicates that they have a Supplier Evaluation Risk (SER) rating of 8 out of 9. The lower the score, the lower the risk. M RS E has been deemed the sole responsive and responsible bidder(s) meeting all terms, conditions, and specifications of the ITB. Additionally, MRSE is currently working with the Property Management Department on HVAC equipment installation, parts and services. The Department has been pleased with their performance and responsiveness to City requests under this contract. According to the information provided by the firm, MRSE is a pioneer in the field of Energy Management, MRSE was part of the Roth Brothers network, which were the first to install Energy Management Systems in retail facilities. From the beginning, MRSE has been recognized for excellence, setting industry standards for energy saving automation systems. MRSE identifies the most cost-effective energy conservation measures best suited for your facility. Then, easily integrates them into your existing or new Building Automation Systems, which maximizes your savings by preserving your installed base. Their approach is suited for both new construction and retrofit projects. We pride ourselves on our ingenuity and outstanding customer service and we look forward to addressing these needs in a collaborative manner. Page 65 of 1665 CONCLUSION After considering the bid received and the evaluation of staff, pursuant to Invitation to Bid (ITB) 2017-009-KB for Furnish and Install Variable Frequency Drives, Variable Air Volumes, Dampers, Chilled Water Pipe Insulation, and Controls at Miami Beach Police Department, as well as the project costs being below the cost estimates prepared by the City's consultant, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to MRSE LLC, dba Roth Southeast; and further authorize the Mayor and City Clerk to execute the contract. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION Grant funds will not be utilized for this project. Amount 1 $46,398.00 Account 1 125-1720-000674-00-410-000-00-00-00- 64120 Amount 2 $60,800.00 Account 2 125-1720-000674-00-410-000-00-00-00- 64150 Amount 3 $139,796.60 Account 3 125-1720-000674-00-410-000-00-00-00- 64140 Total $246,994.60 Legislative Tracking Property Management/Procurement ATTACHMENTS: Description o Attachment A-- Bid Tabulation Page 66 of 1665 INVITATION TO BID NO. 2017-009-KB Bid Tabulation MRSE LLC dba Roth Southeast Section 1—Bidders Price: Description Cost 01-General Requirements $9,689.00 02-Demolition $19,600.00 03-Fire Alarm $372.00 04-Controls $51,761.00 06—Variable Frequency Drives $12,046.00 07—Variable Air Volumes $55,460.80 07—HVAC Ductwork $21,008.00 08—Electrical High Voltage $13,057.00 09—Electrical Low Voltages $21,079.00 10—Finishes $8,217.60 11—Specialties $27,029.20 Bond $2,650.00 Insurance $0.00 Subtotal $241,969.60 Allowance for City Indemnification $25.00 Permit Allowance $5,000.00 *Lump Sum Grand Total(Total Base Bid) $246,994.60 Page 67 of 1665 ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3`d Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov, 305.673-7490 ADDENDUM NO. 6 INVITATION TO BID NO. 2017-009-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES, VARIABLE AIR VOLUMES, DAMPERS, CHILLED WATER PIPE INSULATION, AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT March 29, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, April 3, 2017, at the following location: i City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement 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: Kristy Bada 305-673-7000, ext. 6218 kristybada(cc7miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not sub sitting a proposal. SiP. Ale 4 Denis 131.._2_, e ent Director 1 ADDENDUM NO.6 INVITATION TO BID ITS 2017-009-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES, VARIABLE AIR VOLUMES, DAMPERS, CHILLED WATER PIPE INSULATION,AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT MIAMIBEACH Procurement Department, 1755 Medial Avenue, Micmi Beach,F orida 33139,'r.vw.mianibeachB.gov,305.673-7490 ADDENDUM NO. 5 INVITATION TO BID NO. 2017-009-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES, VARIABLE AIR VOLUME DAMPERS, CHILLED WATER PIPE INSULATION, AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT March 22, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Wednesday, March 29, 2017, at the following location: • City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. II. ANSWERS TO QUESTIONS RECEIVED. 01. The cover sheet of the drawings states which AHU's require a new Variable Frequency Drive (VFD). One of those mentioned is AHU4. We would like to point out that this is a newer VFD and in good working order. It is however not of the brand we are intending on installing. Please confirm you would like this one replaced as a part of this ITB. Al. No, the existing VFD at AHU4 is to remain. Q2. Page 9 of the ITB mentions pneumatic controls, please confirm that it is a DDC system to be installed and not pneumatic. A2. Yes, a new DDC system is to be installed for the Police Headquarters. However, the existing portion of pneumatic controls serving the Historic • City Hall shall remain functional. Q3. Will all work take place in regular business hours; 8:00am —5:00pm? A3. Yes, all work shall take place during business hours and must be scheduled and coordinated with Sergeant Jorge Alessandri (MBPD). 1 ADDENDUM NO.5 INVITA—ION 10 B:D ITB 2017-009-KB FUFNISH AND INSTALL VARIABLE FREQUENCY DRIVES, VARIABLE AIR VOLUMES, DAMPERS, CHILLED WA-ER PIPE INSL LATION,AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT Q4. Please confirm the location of the electrical room from which the new power supplies will be provided. A4. It is located on the ground floor electrical room by the garage. Q5. Please confirm that there are enough spare ways in the proposed distribution board; `panel P'. A5. There are spare spaces available in panel P. The contractor shall investigate and confirm. Q6. Do you have the appropriate circuit breakers for the new electrical circuits? If not, please confirm the make and model of the distribution board so that we can select the correct breakers. A6, The specifications on the A/C distribution board are as follows: I-Line Panelboard by Square D Company, Catalog No. 93188-270, 225 AMP, 480V, 3PH. 07. Please confirm an approximate start date. Al. Typically, 15 — 30 days after award by City Commission. The City anticipates awarding this project at its April 26, 2017 Commission Meeting. Q8. On control drawings M-7, M-7.1 + M-7.2 there are miscellaneous control schematics that do not appear to be relevant to this ITB, please confirm. A8. Contractor shall make all necessary provisions so that the sequences of operations indicated on M-7.0, 7.1, and 7.2 are executed. Q9. Is the project a prevailing wage project either federal or county living wage? A9. No. Q10.What is the anticipated start date of the project and the expected completion date? I A10. See response Al above. • 011.Is there asbestos in the areas we will be working? If so, who will be responsible for abatement? • Al 1.Asbestos have not been identified in the areas affected by the scope of • work. Q12.The mechanical drawings on page M-7.2 indicates the exhaust fans start-stop and statL.s are to be connected to the building management system. Please provide direction as to which exhaust fans are to be connected. Al2.All exhaust fans excluding smoke control. 2 ADDENDUM NO.5 INVFATION TO BO 73 2G17-0C9--<B FURNIS- AND INSTALL VARIABLE FREQUENCY DRIVES, VARIABLE A.R VOLUMES, DAMPERS, CHILLED WATER P?E NSULATON,AND CONTROLS AT MIAMI BEA'-1 POL.CE DEPARTMENT Q13.The scope of work on the cover page for the mechanical drawings indicates all of the pneumatics are to be replaced with DDC components. With this being said, the chilled water valves are all pneumatic with the exception of AHU-12 for the Firing range. If we are to replace the pneumatic actuator with new electronic actuators there will be a problem with separating them from the valve body. I am recommending the chilled water valves be replaced as a complete unit versus trying to re-fit the valves with new electric actuators. Please confirm you are in agreement. A13.Full replacement is recommended. Contractor shall replace valve bodies I pneumatic actuator with new valve/electronic actuator. Q14.If the valves are to be installed has anyone inspected the condition of the existing piping? Can you provide information on the condition? A14.It is recommended that contractors investigate condition once work begins and provide recommendations. If valves are found to be damaged, the Mechanical Contractor should provide a unit price to replace the damaged valves to include a minimum of 1-0" on each side. If additional piping is required, Mechanical Contractor to provided pricing before executing the work. Q15.AHU-2 and 8 are to have variable frequency drives installed. The sequence of operations for the units on page M-7.1 of the mechanical drawings does not indicate how the drives are to be controlled. Please provide clarification of intent. A15.AHU-2 & 8 to be sequenced as a single zone VAV. Fan speed modulated to maintain space temperature. Minimum speed limited to 80%. Q16.The existing chiller plant controls are to remain in place per the mechanical drawings. I would recommend the controls be upgraded to Bacnet communications versus the existing N2 communications for the existing device. Currently the FX16 controller that is installed is N2 communications. With the upgrade of the remaining devices to Bacnet communications This device will be the only device that will remain as N2 communications. This will require an independent communications trunk to be ran for this one controller. The cost to upgrade to a Bacnet device is minimum and should be considered. A16.Bidders should provide pricing in accordance with the plans and specifications provided. Q17.The emergency chiller sequence on page M-7.1 indicates the emergency chiller is to be enabled with notification of running on emergency power. Is there a dry contact available at the transfer switch for emergency power indication? All.The chiller has operated under that sequence in the past. A dry contact exists at current. 3 ADDENDUM NO.5 NVITATION TO BID ITB 2017-009-KB FURNISH AND INSTALL VAR',A3_E FREQUENCY DRIVES, VARIABLE AIR VOLUMES, DAMPERS. CH LLED WATER PIPE.NSU_ATION,,ASD CONTROLS AT MIAMI BEACH POLICE DEPARTMENT 018.1s the existing JACE to be re-used or replaced? What revision is the current JACE? Is the JACE large enough to handle the additional field controllers along with the future addition of VAV controllers? I would recommend this controller be replaced with a new device that has a larger memory with the capability of future expansion. Please confirm you are in agreement. A18.Existing JACE device should be replaced to accommodate future VAV box additions at upper floors. Software version of JACE at police station is 3.7.106.4. The server is at 3.8.38.1. Q19.1s the existing JACE located in the Police Department used for the control devices for Old City Hall or does it have a separate JACE? A19.Devices in Old City Hall are controlled by a dedicated JACE, which is located in the police department building. JACE for the police department does not control devices in the Old City Hall. Q20.The mechanical drawings M-7.1 show two new electronic isolation valves to be installed on the emergency chiller. As a cost saving measure recommend only one isolation valve be installed versus two. With the one valve the flow will be stopped through the chiller when it is not running. A20.Only one electronic isolation valve is required at the emergency chiller. • 021.The mechanical drawings M-7 indicates the existing CRAC units are to be connected to the building management system via Bacnet communications. A) Are the existing CRAC units capaole of communicating to the BMS via Bacnet? B) Do you have information for the CRAC units, such as manufacturer and model number? A21.A) Unit can currently communicate with BMS for monitoring. B) CRAC units are Liebert MiniMate 022.What is the revision level of the Johnson Controls Server Software? If we need to replace the JACE to meet the intent of the scope of work for the Police Department it will be necessary to upgrade the revision of the existing server software. There will be a compatibility issue between the new version of the JACE at the Police Department with an older version of the server software. The server software at a minimum should have a newer revision of the server software compared to the JACE in the field. Please provide guidance on doing a software upgrade of the server. A22.Please update the revision of the Johnson Controls server software in order to dialogue with the new JACE. Q23.Note 11 of the VAV equipment schedule indicates the VAV boxes are to spring return to 100% open position during smoke mode. Who provides the controls for the smoke control of the building? If the fire alarm system controls the smoke mode will they provide a contact closure when in the smoke mode of operation? A23.Control power to all VAV boxes to be connected to a single 120V electrical circuit per floor. Fire alarm system shall provide a single contact closure. 4 ADDENDUM NO.5 NVITATION TO 31D ITB 2017-009-K3 ='JR`tSH AND INSTALL VARIABLE FREQUENCY DRIVES, VARIABLE AIR VOLUMES, DAMPERS, CHILLED WA" R P''PE INSULATION. AND CCNTROLS AT MIAMI BEACH POL'CE DEPARTMENT 1 Q24.We want to know if we need to assume prevailing wages for this project. A24.Please refer to response A9 above. 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. I Procurement Contact: I Telephone: ' Email: Kristy Bada 305-673-7000, ext. 6218 kristvbadapmiamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the 'Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. S -r- • Anis ocurement Director 5 ADDENDUM NO.5 INVITATION TO BID ITB 2017-009-K3 =URNISH AND INSTALL VARIABLE FREQUENCY DRIVES, VARIABLE AIR VOLUMES, DAMPERS. CHIL_ED 't ATER PPE INSULATION:AND CO`7ROLS AT MIAMI BEACH POLICE DEPARTMENT MIAMIBEACH Procurement Deportment, 1755 Meric;ar,Aier;e,3'F'ocr M.arrmi Beac ,F`orida 33139,wvw.rriamibeac4i.gov,305-673-7490 ADDENDUM NO.4 INVITATION TO BID NO. 2017-009-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES, VARIABLE AIR VOLUMES, DAMPERS, CHILLED WATER PIPE INSULATION, AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT March 16, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, March 27, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. 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: Kristy Bade 305-673-7000, ext. 6218 kristybada(a?miamibeachfl.goV_, Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sinrel fiAe, D nis r ement Director t ADDENDUM NO.4 +.� V1TA710N TO BID ITB 2017.009-KB FURNISH AND INSTALL VAR ABLE FREQUENCY DRIVES. VARABLE AIR VOLUMES. DAMPERS, CHILLED WATER Pt?E INSULATION,AND CCNTROLS AT MIAMI BEAU-POLICE DEPARTMENT MIAMIBEACH Procurement Department, 1755 Meridici Ave" e,3'=icor,M. c ri 3ecch,Fbr;dc 33139 wMN.rr;crr•beacH goy,305-673-7490 ADDENDUM NO. 3 INVITATION TO BID NO. 2017-009-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES, VARIABLE AIR VOLUMES, DAMPERS, — - —OH1L-L-ED-WATER PIPE-INSUL-ATION,-AND-CONTROLS-AT-MIAMI-BEACH-POLICE-DEPARTMENT ---- March 1, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISIONS: A. An additional Site Visit has been scheduled as follows: DatelTime: March 7, 2017 AT 10:00AM Location: Miami Beach Police Department 1100 Washington Ave Miami Beach 33139 B. Invitation to Bid Summary(p. 2) has been revised as follows: I Last Day for Receipt of FEBRUARY 9A, 2017 MARCH 10, 2017 AT 5:00 PM I Questions: Bid Due Date &Time: MARCH 20, 2017 AT 3:00 PM 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: i Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 _kristybadaZmiamibeachfl.•ov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sin' v A Ale D-•' Pro urement Director �✓ 1 ADDENDUM NO.3 INVITATION TO BID,TB 2017-0Q9-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES.VARIABLE AIR VOLUMES,DAMPERS CHILLED WATER PIPE NSU!LATON,AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT -- MIAMI BEACH Procurement Department, 1755 Mer; 'an Ave^ue.3''rlocr,i�is �i Becch F oridc 33139,www.miamibeach$.gov, 305-673-7490 ADDENDUM NO. 2 INVITATION TO BID NO. 2017-009-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES,VARIABLE AIR VOLUMES, DAMPERS, CHILLED WATER PIPE INSULATION, AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT February 8, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISIONS: A. Invitation to Bid Summary(p. 2) has been revised as follows: Bid Due Date &Time: GARY 13, 2017 MARCH 6, 2017 AT 3:00 PM 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@miamibeachf.gov. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000, ext. 6218 l kristybadamiamibeachfi.QOv Proposers are reminded to acknowledge receipt of. this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. c rel Pr rement Director 1 ADDENDUM NO.1 INVITATION TO BID ITB 2017-009-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES,VARtAB_E AIR VOLUMES,DAMPERS CHILLED WATER PIPE INSULATION.AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT MIAMI BEACH Procurement Department, 1755 Meridien A•.�ro,e, 3'4 Icor,Miami$each,Fl:rida 33139,w w.m am^eachfl.gov,305-673-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2017-009-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES, VARIABLE AIR VOLUMES, DAMPERS, CHILLED WATER PIPE INSULATION, AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT February 8, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISIONS: A. The scheduled pre-bid conference meeting was inadvertently scheduled as mandatory; therefore, an additional pre-bid conference meeting has been scheduled. A Pre-Bid Conference has been scheduled as follows: Date/Time: February 15, 2017 AT 11:00AM Location: Property Management Department Conference Room 1833 Bay Road, Miami Beach, FL 33139 Dial-in Instructions: Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre- Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. B. Invitation to Bid Summary(p. 2) has been revised as follows: i Last Day for Receipt of 1 FEBRUARY 3, 2017 FEBRUARY 24, 2017 AT 5:00 PM Questions: _ Bid Due Date&Time: -I-FEBRUARY-141-2447 MARCH 6, 2017 AT 3:00 PM 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@miamibeachfi.gov. I ADDENDUM NO.1 INVITATION TO BID ITB 2017-009-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES.VARIABLE AIR\iOLJMES DAMPERS.CHILLED WATER PIPE INSULATION,AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT — Procurement Contact: I Telephone: ` Email: Kristy Bada 305-673-7000, ext. 6218 ! kristybadamiamibeachfl.00v Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders'questionnaire with the reason(s)for not submitting a proposal. rt'te go.i Al=• •=nls Procurement Director ''"` 2 ADDENDUM NO.1 INVITATION TO BID ITB 2017-009-KB FURNISH AND INSTALL VARIABLE FREQUENCY DRIVES,VARIABLE AIR VOLUMES,DAMPERS,CHILLED WATER PIPE INSULATION,AND CONTROLS AT MIAMI BEACH POLICE DEPARTMENT INVITATION TO BID ( ITB) Furnish and Install Variable Frequency Drives, Variable Air Volumes, Dampers, Chilled Water Pipe Insulation, and Controls at Miami Beach Police Department ITB No. 2017-009-KB BID ISSUANCE DATE: JANUARY 13, 2017 BID OPENING: FEBRUARY 13, 2017 @ 3:00 PM ISSUED BY: KRISTY BADA MIAMI BEACH KRISTY RADA, Contracting Officer III PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 I www.miamibeachfl.gov I kristvbada@miamibeachfl.gov 1 � INVITATION TO BID SUMMARY - �- Bid Element Description Invitation to Bid No. 2017-009-KB Estimated Construction Budget $287,000.00 ITB Title: Furnish and Install Variable Frequency Drives,Variable Air Volumes,Dampers,Chilled Water Pipe Insulation,and Controls at Miami Beach Police Department Basic Description of the Scope of Work: The project consists of furnishing and installation of Variable Frequency Drives (VFD's), Variable Air Volume (VAV's), Dampers,Chilled Water Pipe Insulation and Controls. Bid Issuance: JANUARY 13,2017 Technical Drawings and Specifications are available for free download at: wWro.publicourchase.com OR are available on CD for pick up fora fee of$20.00 at: Procurement Department Third Floor; 1755 Meridian Avenue Miami Beach, FL 33139 Pre-Bid Conference JANUARY 26,2017 AT 11:00 AM Procurement Department Date,Time,&Location: Third Floor 1755 Meridian Avenue Miami Beach, FL 33139 g Meeting is Mandatory(only if box is checked) Dial-in Instructions: • Not Applicable Meeting is MANDATORY Site Visit JANUARY 26,2017 AT 10:00 AM Prior to Pre-Bid Conference at Date,Time,&Location: 1100 Washington Ave, Miami Beach 33139 XSite Visit is Mandatory(only if box is checked) ***R.S.V.P.Required*** to KRISTYBADA(7a MIAMIBEACHFL.GOV no later than January 23,2017 at 5:00pm Please provide company name and individuals which will be in attendance. Last Day for Receipt of Questions: FEBRUARY 3,2017 AT 5:00 PM Bid Due Date&Time: FEBRUARY 13,2017 AT 3:00 PM Bid Opening Date and Time: Immediately following the above due time or as close as feasibly possible. 21 , _ Formal Bid Opening Location Procurement Department Third Floor (respond to): 1755 Meridian Avenue Miami Beach, FL 33139 Response Format: Per bid documents: 1. Sealed Opaque Envelope(Properly Addressed)As per Section 0400 Below Basic Bid Requirements: 1. Bid Guaranty of 5% Please reference Section 0200 for detailed ❑ is required at the time of bid submission. informa tion. X is NOT required for this project. 2. Performance and Payment bond equal to 100% of the total project: ® SHALL be required prior to contracting with the successful bidder. Alternative security instruments will be considered under City Code. Bidders shall submit a Letter of Intent from an A-rated Financial Class V Surety Company to bond the project. E SHALL NOT be required for this project. Prevailing Wage Rates ❑SHALL be applied. Please reference Section 0200 for detailed ®SHALL NOT be applied. informa tion. Project Completion Timeframe: 90 calendar days, Substantial Completion 105 calendar days, Final Completion Liquidated Damages: $250.00 shall be assessed for each day after Substantial Completion that the Work is not complete. Procurement Contact Information: Kristy Bada, Procurement Contracting Officer 111 Phone: 305.673.7490 E-mail: kristybada@miamibeachfl.gov CONE OF SILENCE: Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at httca/librry municode com/irdex.ascx,cliert10=130971statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranadoamiamibeachfl.gov. NOTIFICATIONS AND AMENDMENTS: Bid Notifications and Amendments are issued through the City's partnership with Public Purchase. To ensure receipt of all amendments to this bid, please make sure that your company is registered at:www.publicpurchase.com 3 . TABLE OF CONTENTS SOLICITATION SECTIONS PAGE 0100 DEFINITIONS 5 0200 INSTRUCTIONS TO BIDDERS 9 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS 14 0400 BID SUBMITTAL REQUIREMENTS & FORMAT 16 0500 GENERAL TERMS AND CONDITIONS 19 APPENDICES: PAGE APPENDIX A PRICE FORM, BID TENDER FORM, & SUPPLEMENTS 54 APPENDIX B LIST OF PLANS AND SPECIFICATIONS 86 APPENDIX C REQUIRED FORMS FOR BID SUBMITTAL 88 APPENDIX D REQUIRED FORMS (POST-AWARD) 95 APPENDIX E SAMPLE CONTRACT 114 ATTACHMENTS: ATTACHMENT "A" PLANS AND SPECIFICATIONS Balance of Page Intentionally Left Blank 4� 0100 DEFINITIONS: 1. Definitions: Whenever the following terms or pronouns in place of them appear in the Project Manual, the intent and meaning shall be interpreted as follows: 1.1 Bid: shall refer to any offer(s) submitted in response to this ITB. The terms "Bid" and "Bid Submittal" are used interchangeably. 1.2 Bidder: Any individual, firm, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.3 Change Order: A written document ordering a change in the Contract Price or Contract Time or a material change. 1.4 City: The City (or Owner) shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, which is a party hereto and /or for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. In the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a party to this Contract. 1.5 City Commission: City Commission shall mean the governing and legislative body of the City. 1.6 City Manager: City Manager shall mean the Chief Administrative Officer of the City. 1.7 Consultant: shall refer to a Registered Architect and/or Licensed Professional Engineer that has been contracted by the City to provide professional services for this project. 1.8 Contract: The part or section of the Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.9 Contract Administrator: The City's Contract Administrator shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project. The City's Contract Administrator for the Project shall be the Capital Projects Coordinator. 5 � 1.10 Contract Documents: The official documents setting forth bidding information, requirements and contractual obligations for the project and includes the Contract, Invitation to Bid, Scope of Work, Instructions to Bidders, Supplements, Technical Specifications, Exhibits, Certificated, Closeout Forms, General Conditions, Supplementary Conditions, Plans, Drawings, Addenda, Award by the City Commission, Bonds, Notice of Award, Notices to Proceed, Purchase Order(s), Change Order(s), Field Order(s), Supplemental Instructions, and any additional documents the submission of which is required by the Project. 1.11 Contract Price: The original amount established in the Bid Submittal and award by the City, as may be amended by Change Order. 1.12 Contract Time: The original time between commencement and completion, including any milestone dates thereof, established in Article 2 of the Sample Contract(Appendix E, attached), as may be amended by Change Order. 1.13 Contractor: The person or entity with whom the City has contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references in the Contract Documents to third parties under contract or control of Contractor shall be deemed to be a reference to Contractor. 1.14 Field Order: A written order which orders minor changes in the Work but which does not involve a change in the Contract Price or Contract Time. 1.15 Final Completion: The date certified by Consultant in the Final Certificate of Payment upon which all conditions and requirements of any permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by Consultant; any other documents required to be provided by Contractor have been received by Consultant; and, to the best of Consultant's knowledge, information, and belief, the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.16 Materials: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.17 Notice(s) to Proceed: Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.18 Owner's Contingency: The term "Owner's Contingency" shall mean a line item owner's contingency amount contained in the Schedule of Values for the Project , which owner's contingency amount, shall be included within the total base bid for the Project. The Owner's Contingency shall be used as a source of funds for the costs reasonable and necessarily incurred and paid by the Contractor with prior 6 City's approval. The Owner's Contingency is to cover construction related cost which were not specifically foreseeable or quantified as of the date of Bid submittal, including but not limited to the following: correction of minor defects or omissions in the Work not caused by the Contractor's negligence; cost overruns due to the default of any subcontractor or supplier; minor changes caused by unforeseen or concealed site conditions; and minor changes in the Work not involving adjustment in the Contractor Price or extension of the completion date and not inconsistent with the approved final plans and specifications. 1.19 Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. 1.20 Program Manager: Not applicable. 1.21 Project: The construction project described in the Contract Documents, including the Work described therein. 1.22 Project Initiation Date: The date upon which the Contract Time commences. 1.23 Resident Project Representative: Not applicable. 1.24 Responsible Bidder: An offeror who has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. • 1.25 Responsive Bidder: A person or entity who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements by the bid documents to be submitted at the time of bid opening. 1.26 Subcontractor: A person or entity having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. 1.27 Substantial Completion: The date certified in writing by Consultant, and as fully determined by the Contract Administrator in his/her sole discretion the work, or a portion thereof, is at a level of completion in substantial compliance with the Contract Documents such that all conditions and requirements of permits and regulatory agencies have been satisfied and the Work is sufficiently complete in accordance with the Contract Documents so the Project is available for beneficial occupancy by City. A Certificate of Occupancy or Certificate of Completion and/or other authorization from the City acceptable to Contract Administrator must be issued for Substantial Completion to be achieved; however, the issuance of a 7I : Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion. 1.28 Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.29 Work: The construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. Balance of Page Intentionally Left Blank 8 0200 INSTRUCTIONS TO BIDDERS: 1. General: The following instructions are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a box ( ❑ ) which may be checked ( ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. Background and Scope of Work: In order to achieve a uniform and comfortable temperature throughout the facility the project consists of furnishing and installation of variable frequency drives (VFD's), Dampers Variable Air Volume (VAV's), and Pneumatic Controls at the City of Miami Beach Police Department Headquarters. 2. Abbreviations and Symbols: The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 3. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 4.1 Examine the Contract Documents thoroughly. 4.2 Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. 4.3 Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. 4.4 Study and carefully correlate Bidder's observations with the Contract Documents. 4.5 Carefully review the Contract Documents and notify Consultant of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 4. Location of Work: This Scope of Work shall be completed at the following Location: 1100 Washington Avenue, Miami Beach, FL 33139. 5. Pre-Bid Interpretations: Only questions answered by written Addenda will be binding and may supersede terms noted in this ITB. Oral and other interpretations or clarifications will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be 9 directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. 6. Printed Form of Bid: All bids must be made upon the blank Bid/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. 7. ❑ Bid Guaranty: This bid shall be accompanied by either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 0500, General Conditions, or by certified check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Form 00410), treasurer's check or bank draft of any national or state bank (United States), in the amount of 5% of the bid amount, payable to City of Miami Beach, Florida. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City of Miami Beach as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, provide the required Performance Bond, Payment Bond and Certificate(s) of Insurance, within fifteen (15) calendar days after notification of the award of the Contract, or failure to comply with any other requirements set forth herein. Bid Securities of the unsuccessful Bidders will be returned after award of the Bid by the Mayor and City Commission. 8. ❑ Prevailing Wage Rates: City of Miami Beach Ordinance No, 94-2960 provides that in all non-federally funded construction contracts in excess of one million dollars to which the City of Miami Beach is a party, the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register, in the City of Miami Beach, Florida. The provisions of this Ordinance shall not apply to the following projects: a. water, except water treatment facilities and lift stations; b. sewer, except sewage treatment facilities and lift stations; c. storm drainage; d. road construction, except bridges or structures requiring pilings; and e. beautification projects, which may include resurfacing new curbs, gutters, pavers, sidewalks, landscaping, new lighting, bus shelters, bus benches and signage. lob 9. Acceptance or Resection of Bids: The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 10. Method of Award: The City Commission shall award the contract to the lowest and best bidder. The "lowest and best bidder" shall be defined as the lowest, responsive, and responsible bidder. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 11. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including tools, shoring, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. The cost of any item(s) of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable. 12. Postponement of Date for Presenting and Opening Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least five (5) calendar days written notice of any such postponement to all prospective Bidders. 13. Protested Solicitation Award: Protests concerning the bid specifications, requirements, and/or terms; or protests after the bid opening date in accordance with City Code Section 2-371, which establishes procedures for protested bids and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 14.Veteran Business Enterprises: Pursuant to City of Miami Beach Ordinance No. 2011-3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and ill otherwise equal with respect to quality and service, then the award shall be made to the service- disabled veteran business enterprise. 15. Equal Benefits Ordinance: Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005-3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. Bidders shall complete and return, with their bid, the "Declaration: Non-discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the Bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his/her designee determines that the successful Bidder/Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that a Bidder is considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Bidders will find Attachment A-6 in Appendix A of this Solicitation which consists of an FAQ Section and Required Forms for Bid Submittal. 16. City Manager's Review: After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. 17. City Commission Authority: The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. The selection or approval by the City Commission shall not constitute a binding contract between the City and the selected or approved bidder(s). A binding contract will exist upon the completion as determined by the Administration, the City Attorney's Office form approving the contract or contracts, and the Mayor and City Clerk or their respective designees signing the contract(s) after the selected or approved bidder(s) has (or have) done so. Only the executed contract(s) will be binding on the contracting parties. 18. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES: Each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: 12H - The City of Miami Beach will require occupational licenses for Contractors as well as sub-contractors. Licenses, permits and fees which may be required by Miami-Dade County, the State of Florida, or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance in the bid. Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. NOTE: a) If the Contractor is a State of Florida Certified Contractor the following will be required: 1) Copy of State Contractors Certification 2) Place of Business Occupational License 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b) If a Dade County Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) Municipal Contractors Occupational License 3) Liability and Property damage Insurance Certificate made to City of Miami Beach 4) Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR BID SUBMITTAL. 19. PERMITS: The CONTRACTOR shall obtain and pay for any permits for any work which requires permits. I. CITY OF MIAMI BEACH • Electrical Permit • HVAC/ Mechanical Permit The City will reimburse the contractor 100% of the costs of the permits only. No administrative fee is allowed to be assessed to the cost of the permits. Costs for re-inspections will not be reimbursed. 131 ' 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS Each Bidder shall satisfy each of the following requirements cited below. Failure to submit with bid will result in the bid submittals being deemed non-responsive. In order to be considered for award, bidder must provide evidence of the following minimum requirements: 1. Licensing Requirements: Bidder shall be State of Florida certified and licensed Mechanical Contractor to be considered for award. Submittal Requirement: The qualified bidder shall hold all required current certified licenses in order to provide the scope of work as set forth in the bid documents. Copies of all license(s) shall be submitted with bid submittal. 2. Previous Experience: Bidders must have successfully completed five (5) projects of similar scope and budget within the last ten (10) years. Submittal Requirement: Bidders shall submit at least five (5) individual references exemplifying their experience for projects similar in scope and budget. References must include projects completed within the last ten (10) years. Similar projects shall be interpreted to mean construction of HVAC Mechanical projects. For all references submitted, Bidders shall submit at a minimum the following information with their bid: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone number, 5) Contact's Email, 6) Narrative on Scope of Services Provided, 7) Contract amount and completion date. By submitting a bid, the bidder authorizes City Administration to contact the firm's stated references for the purposes of evaluation for this Project. Any information obtained from the references will not be disclosed to the Bidder. 3. Bidder must have the capability to provide a performance and payment bond for the project. The City reserves the right to require performance and payment bonds from the successful bidder. Submittal Requirement: Bidders shall submit a Letter from an A-rated Financial Class V Surety Company, indicating the company's bonding capacity, in the amount not less than one hundred percent of the total base bid amount. 4. Financial Stability and Strength: The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. In determining a Bidder's responsibility and ability to perform the Contract, City has the right to investigate and request information concerning the financial condition, experience record, personnel, equipment, facilities, principal business location and organization of the Bidder, the Bidder's record with environmental regulations, and the claims/litigation history of the Bidder. The City reserves the right to consider third-party information (e.g., Dun & Bradstreet's Supplier Reports or similar) in determination of capacity. 14 Bidders may be required to submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, at a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the bid submittal is from a joint venture, each bidder involved in the joint venture must submit financial statements as indicated above. DO NOT include Financial Statements with your bid submittal. The City reserves the right to consider third-party information (e.g., Dun & Bradstreet's Supplier Reports or similar) in determination of capacity. Any Bidder who, at the time of bid submission, is involved in an ongoing bankruptcy as a debtor, or in a reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the Bidder under federal bankruptcy law or any state insolvency, may be declared non-responsive. Submittal Requirement: Upon Request of the City. Balance of Pape Intentionally Left Blank 151 0400. BID SUBMITTAL REQUIREMENTS One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, one (1) bound copy and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. Bid packages must contain the following documents, each fully completed, and signed as required in the order dictated below. Bid packages which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed non-responsive. The City reserves the right to request any documentation omitted, with exception of the Bid Price form and Bid Bond (if applicable). Bid Submittals received with no Bid Price or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) calendar days upon request from the City, or the bid may be deemed non-responsive. Non- responsive bid packages will receive no further consideration. BID SUBMISSION FORMAT: Tab A. IDENTIFICATION PAGE AND TABLE OF CONTENTS Bidder shall provide a Cover Page including the following information: • Name of Bidder. • Address of submitting Bidder. • E-mail address for the appropriate contact person at the submitting company. • Phone number and facsimile number of submitting Bidder. • Federal Tax Identification Number for submitting Bidder. • Declaration regarding company organization, whether as Corporation, Partnership, or other. (Note: if co venture, specify) • Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. • Printed name of the authorized signing officer or other individual. • Title of the authorized signing officer. • Date of signature. • Table of Contents. Tab B. MINIMUM QUALIFICATIONS AND REQUIREMENTS Bidders shall provide evidence of experience, as required herein in Section 0300 Minimum Qualifications and Requirements. Each bidder shall satisfy each of the minimum qualifications and requirements cited in this section, failure to do so will result in the bid submittals being 161 _ deemed non-responsive. In order to be considered for award, bidder must provide evidence of the minimum requirements with their bid submittal. Surety capacity letter shall be submitted in Tab C Financial Statements. Proposers Bidders shall submit a Letter from an A-rated Financial Class V Surety Company, indicating the company's bonding capacity, in the amount not less than one hundred percent of the total base bid amount. Tab C. FINANCIAL STATEMENTS i. D&B Suppler Evaluation Report. Upon the request of City Administration after a Bid has been submitted, the lowest and best Bidder shall pay D&B to send the Supplier Qualifier Report(SQR) to the prospective Bidder and the Department through electronic means. The cost of the preparation of the D&B report shall be the responsibility of the prospective Bidder. The prospective Bidder shall request the report from D&B at the following website: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11 696 BIDDERS SHOULD NOT INCLUDE SQR REPORTS WITH THEIR BID SUBMITTALS. Financial Capacity shall only be evaluated for the lowest and best bidder to determine the responsibility of that contractor. Bidders shall submit SQR Reports electronically directly to the Procurement Contact listed herein upon request. ii. In addition to the D&B information, the City may require that proposers submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the submittal is from a co-venture, each Proposers involved in the co- venture must submit financial statements as indicated above. Tab D. EXPERIENCE AND KEY PERSONNEL It is a requirement of the bid that the Bidder staff the project with competent individuals and qualified supervisory personnel. To that end, the Bidder shall provide the following information: • Bidder (Business Entity) shall demonstrate the Contractor Team's (i.e., General Contractor, sub-contractors, and key personnel) ability to execute the type of work described within the Contract Documents of this Invitation to Bid. • An organizational chart listing the proposed key personnel, their qualifications and their roles in the project, resumes which shall include educational background, work experience, employment history, and any other pertinent information. Where applicable, Bidder team members shall also submit current and valid certifications and/or licenses for their individual scope of supervision. At a minimum, the bidder shall include the following proposed project team members: • Construction Project Manager • Construction Superintendent • Site Foreman and/or Estimator 171 • A staffing plan that clearly illustrates the key elements of the proposed organizational structure. The staffing plan should indicate the availability of the personnel proposed to work on the Project. The staffing plan should also indicate the name of the individual who will serve as the primary contact with City. Bidder shall clearly detail the role of all sub-contractors proposed for the Project. Tab E. BID PRICE Bidders are required to submit their bid price using the Invitation to Bid Proposal Price Form found in Appendix A, Attachment A-1. Attach Appendix A Price Form, Bid Tender Form, & Supplements fully completed and executed. Balance of Page Intentionally Left Blank 0500. GENERAL TERMS AND CONDITIONS: 1. Personnel Requirements: Superintendent must have at least ten (10) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least five (5) years of experience in projects of similar design, scope, size and complexity. 2. Project Manual: 2.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 2.2. The Project Manual, along with all documents that make up and constitute the Contract Documents, shall be followed in strict accordance as to work, performance, material, and dimensions except when Consultant may authorize, in writing, an exception. 2.3. Dimensions given in figures are to hold preference over scaled measurements from the drawings; however, all discrepancies shall be resolved by Consultant. Contractor shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from Consultant. 2.4. Contractor shall be furnished three (3) copies, free of charge, of the Project Manual; two of which shall be preserved and always kept accessible to Consultant and Consultant's authorized representatives. Additional copies of the Project Manual may be obtained from City at the cost of reproduction. 3. Intention of City: It is the intent of City to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 4. Preliminary Matters: 4.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 3.2, Contractor shall submit to Consultant for Consultant's review and acceptance: 191 4.1.1 A project "Base Line" schedule, one (1) copy on a CD and One (1) hard copy (activities arranged in "waterfall"), in the indicated form for Final review and approval: () Bar Chart ( ) Modified CPM (X ) CPM ( ) Computerized CPM using Primavera P6 software (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") CONTRACTOR shall provide a preliminary man loaded, logic based "Base Line" Project schedule using "Early Start" and "Early Finish" dates for each activity. The Contractor shall include, in addition to normal work activity input, input that encompasses all submittal approvals, delivery durations for important materials and/or equipment, and Logic relationships of activities including physical and site restraints. This input shall be precedence based CPM scheduling using the most recent version of Primavera P6 software. The preliminary Base Line project schedule when submitted shall have attached a run of the programs generated error report that states no errors and be acceptable to CONSULTANT. Monthly, CONTRACTOR shall submit with each progress application an update of the Project Schedule with an error report stating no errors (that does not revise the base line schedule), showing the progress for the month. CONTRACTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY (including a native version and a pdf). In addition to the Progress Schedule CONTRACTOR shall include a narrative report of the months' progress, an explanation of any delays and or additions/deletions to activities. It is strongly recommended that CONTRACTOR or the professional who performs scheduling have a vast knowledge in the use of Primavera P6, to develop and update the protect schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an updated (3) week look ahead schedule for review and discussion and monthly be prepared to discuss any: 1) Proposed changes to the Base Line schedule logic; 2) Explain and provide a narrative for reasons why logic changes should be made; 3) Update to individual subcontractor activities; and 4) Integration of changes into the schedule. 20 ' _. The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in all respects. If CONTRACTOR'S Work becomes more than (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to CONTRACT ADMINISTRATOR for review and acceptance that demonstrates "Catch Up" within seven (7) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 4.1.2 Not Used. 4.1.3 A preliminary schedule of Shop Drawing submissions; and 4.1.4 In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which may include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. x❑ Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 4.1.5 After award but prior to the submission of the progress schedule, Consultant, Contract Administrator and Contractor shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither Consultant nor City shall be responsible for the nonperformance by the utility owners. 4.2. At a time specified by Consultant but before Contractor starts the work at the Project site, a conference attended by Contractor, Consultant and others as deemed appropriate by Contract Administrator will be held to discuss the schedules to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 4.3. Within five (5) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by Contractor, Consultant and others, as appropriate, will be held to finalize the schedules submitted. Within ten (10) days after the Project Initiation Date set forth in Notice to Proceed, the Contractor shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for 211 Consultant review. The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by City or Consultant of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of values must be acceptable to Consultant as to form and substance. 5. Performance Bond and Payment Bond: Within ten (10) calendar days of being notified of the award, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. 5.1. Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 5. 5.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 5.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording. 5.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto as Form 00735. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 6. Qualification of Surety 6.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): /11 6.1.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 6.1.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 6.1.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial holder's Size Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII 23 - 6.2. For projects of$500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 7. Indemnification 7.1 Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 7.2 The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. 24 B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 8.2 Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Consultant. 8.3 Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. Other Insurance Provisions 1. For any claims related to this project, the Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse 25 and Underground) coverage. If any coverage required is written on a claims-made form: 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management(or its designee) for review. 8. If the services involved lead-based paint or asbestos identification/ remediation, the Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of "Pollution" shall include microbial matter including mold. 8.4 Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A: VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. 8.5 Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 8.6 Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. 26 - Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. Labor and Materials: 9.1. Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 9.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 10. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 11. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent Contractor from productively performing controlling items of work identified on the accepted schedule or updates resulting in: (1) Contractor being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or 271 . _ (2) Contractor must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor was unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. 12. Permits, Licenses and Impact Fees: 12.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 12.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor. 13. Resolution of Disputes: 13.1 To prevent all disputes and litigation, it is agreed by the parties hereto that Consultant shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Consultant's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Consultant in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, Consultant shall notify City and Contractor in writing of Consultant's decision within twenty- one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless Consultant requires additional time to gather information or allow the parties to provide additional information. All non- technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, Contractor, Consultant and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 28 13.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 14. Inspection of Work: 14.1. Consultant and City shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. 14.1.1. Should the Contract Documents, Consultant's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Consultant timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than City, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of Consultant, it must, if required by Consultant, be uncovered for examination and properly restored at Contractor's expense. 14.1.2. Reexamination of any of the Work may be ordered by Consultant with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. 14.2. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to delay the Contract by failure to 29 inspect the materials and work with reasonable promptness without the written permission or instruction of Consultant. 14.2. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 15. Superintendence and Supervision: 15.1. The orders of City are to be given through Consultant, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to Consultant. The superintendent shall not be changed except with the written consent of Consultant, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 15.2. Daily, Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of Consultant; regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by City and Consultant. 15.3. The Contract Administrator, Contractor and Consultant shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed to date and to establish the controlling items of work for the next two weeks. The Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 15.4. If Contractor, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall be Contractor's duty to immediately inform Consultant, in writing, and Consultant will promptly review the same. Any work done after such discovery, until authorized, will be done at Contractor's sole risk. 3O 15.5. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 16. City's Right to Terminate Contract: 16.1. If Contractor fails to begin the Work within fifteen (15) calendar days after the Project Initiation Date, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Contract Administrator may give notice in writing to Contractor and its Surety of such delay, neglect or default, specifying the same. If Contractor , within a period of five (5) calendar days after such notice, shall not proceed in accordance therewith, then City may upon written certificate from Consultant of the fact of such delay, neglect or default and Contractor's failure to comply with such notice, terminate the services of Contractor , exclude Contractor from the Project site and take the prosecution of the Work out of the hands of Contractor , and appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable. In such case, Contractor shall not be entitled to receive any further payment until the Project is completed. In addition City may enter into an agreement for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in City's sole opinion shall be required for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in City's sole opinion shall be required for the completion of the Project in an acceptable manner. All damages, costs and charges incurred by City, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed the unpaid balance, then Contractor shall be liable and shall pay to City the amount of said excess. 16.2. If after notice of termination of Contractor's right to proceed, it is determined for any reason that Contractor was not in default, the rights and obligations of City and Contractor shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 15.3 below. 311 - 16.3. This Contract may be terminated for convenience in writing by City upon ten (10) days written notice to Contractor (delivered by certified mail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, Contractor shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by Contractor relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No payment shall be made for profit for work/services which have not been performed. 16.4. Upon receipt of Notice of Termination pursuant to Sections 15.1 or 15.3 above, Contractor shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to City all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 17. Contractor's Right to Stop Work or Terminate Contract: Should Consultant fail to review and approve or state in writing reasons for nonapproval of any Application for Payment within twenty (20) days after it is presented, or if City fails either to pay Contractor within thirty (30) days after presentation by Consultant of any sum certified by Consultant, or to notify Contractor and Consultant in writing of any objection to the Application for Payment, then Contractor may, give written notice to City and Consultant of such delay, neglect or default, specifying the same. If City or Consultant (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is based, then Contractor may stop work or terminate this Contract and recover from City payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by City to an Application for Payment shall be submitted to Consultant in accordance with the provisions of Article 12 hereof. 18. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. 19. Rights of Various Interests: Whenever work being done by City's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 32 20. Differing Site Conditions: In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor , without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify City and Consultant in writing of the existence of the aforesaid conditions. Consultant and City shall, within two (2) business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, Consultant shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to Consultant for determination in accordance with the provisions of Article 12. Should Consultant determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Consultant shall so notify City and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract under this provision shall be allowed unless Contractor has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Consultant as the date of substantial completion. 21. Plans and Working Drawings: City, through Consultant, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govern. 22. Contractor to Check Plans, Specifications and Data: Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Consultant, and shall notify Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by Consultant. Contractor shall not be 33 liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Consultant. 23. Contractor's Responsibility for Damages and Accidents: 23.1. Contractor shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 29. 23.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City, except as provided in Article 29. 24. Warranty: Contractor warrants to City that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 25 herein. 25. Supplementary Drawings: 25.1. When, in the opinion of Consultant, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. 25.2. The supplementary drawings shall be binding upon Contractor with the same force as the Project Manual. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 26. Defective Work: 26.1. Consultant shall have the authority to reject or disapprove work which Consultant finds to be defective. If required by Consultant, Contractor shall promptly either correct all defective work or remove such defective work and replace it with non- defective work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 34 26.2. Should Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Consultant, City shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor , or may be charged against the Performance Bond. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 26.3. If, within one (1) year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor , after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to, Article 23 hereof and any claim regarding latent defects. 26.4. Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered, or obligate City to final acceptance. 27. Taxes Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 28. Subcontracts: 28.1. Contractor shall not employ any subcontractor against whom City or Consultant may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. 28.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any 35 subcontractor. City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific work performed. 28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 28.4. Contractor shall perform the Work with its own organization, amounting to not less than 70% percent of the Contract Price. 29. Separate Contracts: 29.1. City reserves the right to let other contracts in connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 29.2. If any part of Contractor's Work depends for proper execution or results upon the work of any other persons, Contractor shall inspect and promptly report to Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's. 29.3. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of f the Work so as to create no interference.or impact on any other contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for the cost of such interference or impact. 29.4. To insure the proper execution of subsequent work, Contractor shall inspect the work already in place and shall at once report to Consultant any discrepancy between the executed work and the requirements of the Contract Documents. 30. Use of Completed Portions: 30.1. City shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation or reasonable extension of time or both, as recommended by Consultant and approved by City. 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: 36 30.2.1. City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. 30.2.2. Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from Consultant. 30.2.3. Upon Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. 30.2.4. Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by Consultant on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Consultant shall issue a Final Certificate of Payment relative to the occupied area. 30.2.5. If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 31. Lands for Work: 31.1. City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto and such other lands as are designated by City or the use of Contractor. 31.2. Contractor shall provide, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 371 ' 32. Legal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 33. Location and Damage to Existing Facilities, Equipment or Utilities: 33.1. As far as possible, all existing utility lines in the Project area have been shown on the plans. However, City does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the Contractor ES responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 33.2. The Contractor shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 33.3. The Contractor shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. 33.4. All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. 34. Value Engineering: 381 ; Contractor may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing after award of contract. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including Consultant review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order. City may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 35. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 36. Changes in the Work or Terms of Contract Documents: 36.1. Without invalidating the Contract and without notice to any surety City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 36.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 37. Field Orders and Supplemental Instructions: 37.1. The Contract Administrator, through Consultant, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the 391 _ Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 37.2. Consultant shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 38. Change Orders: 38.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. 38.2. All changes to construction contracts which exceed the Commission-approved contingency must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $50,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $50,000 shall be approved in advance by the City Manager or his designee. 38.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to Consultant as set forth in Article 12 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Consultant and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 38.4. On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond are increased so that each reflects the total Contract Price as increased. 38.5. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 39. Value of Change Order Work: 40 - 39.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 39.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved. 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3, plus a Contractor's fee for overhead and profit which is determined as provided in Section 38.4. 39.2. The term "cost of work" means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by City, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 38.3. 39.2.1. Payroll costs for employees in the direct employ of Contractor in the performance of the work described in the Change Order under schedules of job classifications agreed upon by City and Contractor. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on the work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City. 39.2.2. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and 411 .' _ : machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 39.2.3. Payments made by Contractor to Subcontractors for work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to City who will then determine, with the advice of Consultant, which bids will be accepted. If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee, the Subcontractor's cost of the work shall be determined in the same manner as Contractor 'S cost of the work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. 39.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 39.2.5. Supplemental costs including the following: 39.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 39.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of Contractor . 39.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. 39.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. 42 39.2.5.5. The cost of utilities, fuel, and sanitary facilities at the site. 39.2.5.6. Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 39.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 39.3. The term "cost of the work" shall not include any of the following: 39.3.1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in its principal or a branch office for general administration of the work and not specifically included in the agreed- upon schedule of job classifications, all of which are to be considered administrative costs covered by Contractor's fee. 39.3.2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 39.3.3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 39.3.4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the work. 39.3.5. Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 39.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 38.2. 39.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1.A mutually acceptable fixed fee or if none can be agreed upon, 43 39.4.2.A fee based on the following percentages of the various portions of the cost of the work: 39.4.2.1. For costs incurred under Sections 39.2.1 and 39.2.2, Contractor's fee shall not exceed ten percent (10%). 39.4.2.2. For costs incurred under Section 39.2.3, Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent(10%); and 39.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 39.2.4 and 39.2.5, (except Section 39.2.5.3), and Section 39.3. 39.5. The amount of credit to be allowed by Contractor to City for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. 39.6. Whenever the cost of any work is to be determined pursuant to Sections 38.2 and 38.3, Contractor will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 39.7. Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price, if warranted. 39.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change-in-cost, Contractor shall submit an initial cost estimate acceptable to Consultant and Contract Administrator. 39.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 39.8.2. Whenever a change involves Contractor and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. 44 '' 39.9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or"cost of the work." 40. Notification and Claim for Change of Contract Time or Contract Price: 40.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the Contract Administrator and to Consultant within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by Consultant in accordance with Article 12 hereof, if City and Contractor cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 40.2. The Contract Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim.is made therefore as provided in Section 39.1. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 41. No Damages for Delay: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 45 42. Excusable Delav; Compensable; Non-Compensable: 42.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of Contractor or its subcontractors, suppliers or vendors is Excusable Delay. Contractor is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 39 hereof. Failure of Contractor to comply with Article 39 hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. Excusable Delay may be compensable or non-compensable: (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of City or its agents. In no event shall Contractor be compensated for interim delays which do not extend the Contract Time. Contractor shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by Contractor shall be limited to the actual additional costs allowed pursuant to Article 38 hereof. (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Consultant, or (ii) is caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant, then Contractor shall be entitled only to a time extension and no further compensation for the delay. 43. Substantial Completion: When Contractor considers that the Work, or a portion thereof designated by City pursuant to Article 29 hereof, has reached Substantial Completion, Contractor shall so notify City and Consultant in writing. Consultant and City shall then promptly inspect the Work. When Consultant, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance; 46I and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to City through the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 44. No Interest: Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of City's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 45. Shop Drawings: 45.1. Contractor shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 45.2. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by Consultant shall in no way relieve Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. 45.3. After the approval of the list of items required in Section 44.2 above, Contractor shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall include all shop drawings and other submittals in its certification. 45.4. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. 45.5. If the Shop Drawings show or indicate departures from the Contract requirements, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract Documents. 47 45.6. Consultant shall review and approve Shop Drawings within seven (7) calendar days from the date received, unless said Drawings are rejected by Consultant for material reasons. Consultant's approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by Consultant. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. 45.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to Consultant along with its comments as to compliance, noncompliance, or features requiring special attention. 45.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. 45.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field Layout of the Work and Record Drawings: 46.1. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. Contractor shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures, maintenance access structures, hand holes, fittings and the like and shall prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor shall deliver these records in good order to Consultant as the Work is completed. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be made on reproducible paper and shall be delivered to Consultant prior to, and as a condition of, final payment. 46.2. Contractor shall maintain in a safe place at the Project site one record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record 48I . documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at all times to Consultant for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. 46.3. Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record drawings or as-built drawings acceptable to Consultant. 47. Safety and Protection: 47.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 47.1.1. All employees on the work site and other persons who may be affected thereby; 47.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 47.1.3. Other property at the Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 47.2. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in Sections 46.1.2 and 46.1.3 above, caused directly or indirectly, in whole or in part, by Contractor , any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor . Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and Consultant has issued a notice to City and Contractor that the Work is acceptable except as otherwise provided in Article 29 hereof. 47.3. Contractor shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be 49 Contractor's superintendent unless otherwise designated in writing by Contractor to City. 48. © Final Bill of Materials: Contractor shall be required to submit to City and Consultant a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work. 49. Payment by City for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen by Consultant. For road construction projects the procedure for making tests required by Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which Contractor fails shall be paid for by Contractor. 50. Project Sign: Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines'. 51. Hurricane Precautions: 51.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or alert, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the City or Consultant has given notice of same. 51.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 51.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 37, General Conditions. 51.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as non-compensable, excusable delay, and shall not give rise to a claim for compensable delay. 50I 51.5. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to the Owner or Owner Representative a Hurricane Preparedness Plan. 52. Cleaning Up; City's Right to Clean Up: Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as Consultant shall determine to be just. 53. Removal of Equipment: In case of termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City, failing which City shall have the right to remove such equipment and supplies at the expense of Contractor. 54. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. Contractor shall not engage in or commit any discriminatory practice in violation of City of Miami Beach Ordinance No 92.2824 in performing any services pursuant to this Agreement. 55. Project Records: City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and to any claim for 51 additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to the Project and to any claim for additional compensation made by Contractor. Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written notice. 56. Performance Evaluations: An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. 57. Occupational Health and Safety: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: b. The chemical name and the common name of the toxic substance. c. The hazards or other risks in the use of the toxic substance, including: i. The potential for fire, explosion, corrosion, and reaction; ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and iii. The primary routes of entry and symptoms of overexposure. d. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. e. The emergency procedure for spills, fire, disposal, and first aid. 52 f. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. g. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 58. Environmental Regulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non- submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 59. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, City, through Consultant, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of Consultant, equal in substance, quality and function. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. Balance of Page Intentionally Left Blank 53 APPENDIX A Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown form ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3: Supplement to Bid Tender Form: Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non-Collusion Certificate ATTACHMENT A-5: Supplement to Bid Tender Form: Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form: Equal Benefits Ordinance ATTACHMENT A-7: Supplement to Bid Tender Form: Trench Safety Act ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information 54l A-1 City of Miami Beach ITB Price Form PROJECT: ITB 2017-009-KB The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified In this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,Insurance,permits,and taxes to complete the work to the full Intent as shown or indicated in the contract documents.Any or all alternates,If applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall Interpret as no bid for the division,which may disqualify bidder. Section 1—Bidders Price: Furnish and Install VFD's,VAV's, Dampers,&Chilled Water Pipe Insulation,and Controls at MBPD Description Cost 01- General Requirements $ 02- Demolition $ 03- Fire Alarm $ 04-Controls $ 05—Variable Frequency Drives $ 06—Variable Air Volumes $ 07—HVAC Ductwork $ 08—Electrical High Voltage $ 09—Electrical Low Voltage $ 10- Finishes $ 11- Specialties $ Bond $ Insurance $ Subt:otoI $ Allowance for City Indemnification $25.00 Permit Allowance $5,000.00 *Lump Sum Grand Total(Total Base Bid) $ 'PROJECT SHALL BE AWARDED TO THE LOWEST,RESPONSIVE,RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Continued on the following page. 551 '' , _ Section 2-Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date Submitted: Balance of Page Intentionally Left Blank 56 A-2 City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITB) No. 2017-009-KB Furnish and Install VFD's, VAV's & Pneumatic Controls at MBPD The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. 57 _ A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: / - fdri(r ifiTriThr Amendment 1 Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond ❑, Cash ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft ❑, Cashier's Check ❑, or: Certified Check ❑ No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Address Line 1: Address Line 2: Telephone Number: E-mail Address: Social Security Number: OR Federal I.D. Number: Dun & Bradstreet No.: If a partnership, names and addresses of partners: 58 ! , - A-2 (Sign below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) (Sign below if incorporated) ATTEST: (Type or Print Name of Corporation) Secretary (Signature and Title) (CORPORATE SEAL) (Type or Print Name Signed Above) Incorporated under the laws of the State of: 59 A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. 3. What business are you in? 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. 60I _ A-3 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co- venturers): a. Name of Project b. Owner and Point of Contact (Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent (%o) Completion to Date of Bid Submittal 9. Has a representative of the Bidder-completely inspected the proposed project and does the Bidder have a complete plan for its performance? ❑ Yes ❑No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: B. The business is a: ❑ Sole Proprietorship ❑ Partnership ❑ Corporation 6l A-3 C. The address of principal place of business is: D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). 62 A-3 H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) weredefendants. J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, please provide details. K. Under what conditions does the Bidder request Change Orders? 63 A-3 L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. M. Individuals or entities (including our sub-consultants) with a controlling financial interest: have have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. O. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? ❑Yes ❑No P. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? El Yes ❑No If the answer to either number 12 or 13 is yes, attach a written detailed explanation. Q. Is the business entity owned by a certified service-disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran-owned Business? ❑Yes ❑No R. 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 64 A-3 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. S. 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. T. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits .City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. Continued on the following page. 65 _ A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: IF CORPORATION: Signature Print Name of Corporation Print Name Address Title: WITNESS: Signature Print Name Title: (CORPORATE SEAL) Attest: Secretary 66� A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this day of , 20— The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2017-009-KB. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) 67I A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; 681 _ A-5 (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of sub paragraphs(1) through (6). SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION (Bidder Signature) (Print Vendor Name) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by as (name of person whose signature is being notarized) (title) of , known to me to be the person described herein, (name of corporation/company) or who produced as identification, and who did/did not take an oath. 69 A-5 NOTARY PUBLIC: (Signature) (Print Name) My commission expires: 70I A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-XXX of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: 71 A-6 • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over$100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000; • The contractor has less than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; 72 A-6 • Contracts for professional A/E, landscape A/E, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an 73 A-6 employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; • Debarment of contractors from City work, as prescribed by the City Code. Balance of Page Intentionally Left Blank 74 MIAMI BEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: Name of Company Contact Person: Phone Number: Fax Number: E-mail: Vendor Number(if known): Federal ID or Social Security Number: Approximate Number of Employees in the U.S.: (If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund?_Yes_No Union name(s): Section 2.Compliance Questions Question 1.Nondiscrimination-Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a "YES" answer means your company agrees it will not discriminate; a "NO" answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. E Race Yes No E Sex Yes No Li Color Yes No L= Sexual Orientation Yes No C Creed _Yes_No E Gender Identity(transgender status) _Yes_No Religion _Yes_No C Domestic partner status _Yes_No L_ National origin _Yes_No C Marital status _Yes_No Li Ancestry _Yes_No LI Disability _Yes—No Li Age _Yes_No C AIDS/HIV status _Yes_No C Height _Yes_No C Weight _Yes_No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. _Yes_No 751 . A-6 Question 2. Nondiscrimination - Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) 76 A-6 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: wmv.miamibeachff.gov/oracurermentl Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without proper documentation,your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist, attach an explanation. Have you submitted supporting documentation for each benefit offered? _Yes_No Section 4. Executing the Document I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this day of , in the year ,at Signature Mailing Address Name of Signatory City,State,Zip Code Title 77 A-6 MIAMI BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s) you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 12 Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the. laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City, State, Zip Name of Signatory (please print) Telephone Number Title Date 78 A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner (or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. 79 _ A-6 MIAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: 80 A-6 B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements (CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s) where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3) months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; 81 • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City, State, Zip Name of Signatory (please print) Telephone Number Title Date 821 " A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Total $ Name of Bidder Authorized Signature of Bidder 83 1 _ _ CONSIDERATION FOR INDEMNIFICATION OF CITY A-7 Consideration for Indemnification of City $25.00 C Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] 84 A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. 85j ' APPENDIX B List of Plans and Specifications 86; MIAMI BEACH B-I LIST OF PLANS & SPECIFICATIONS CONTRACT DOCUMENTS AS DEVELOPED BY CITY OF MIAMI BEACH PROPERTY MANAGEMENT DEPARTMENT ITB 2017-009-KB:Furnish and Install Variable Frequency Drives,Variable Air Sheet No./Spec. Page Volumes, Dampers,Chilled Water Pipe Insulation,and Controls at Miami Beach No. Police Department ITB 2017-009-KB: Furnish and Installation of New VFD's,VAV's&Pneumatic Controls at MBPD DRAWINGS 1 Cover Sheet Cover Sheet, Index of Drawings DEMOLITION 3 DM-1 HVAC 15t Floor Demolition MECHANICAL 2 M-0 HVAC Legend Symbols and Index 4 M-1 HVAC 1st Floor New Work 5 M-7 HVAC Temperature Controls 6 M-7.1 HVAC Temperature Controls 7 M-7.2 HVAC Temperature Controls 8 M-8 HVAC Schedules 9 M-9 HVAC Details ELECTRICAL 10 E-0 Electrical Legend Symbols and Index 11 E-1 1st Floor Plan -HVAC 87 APPENDIX C Required Forms for Bid Submittal (Note: Attachments below only apply if the adjacent box is checked) ❑ ATTACHMENT C-1: Bid Guaranty Form; Unconditional Letter Of Credit ❑ ATTACHMENT C-2: Statement Of Compliance: Prevailing Wage Rate Ordinance ❑ ATTACHMENT C-3: Statement Of Compliance: Davis Bacon Wages 881 C-1 ❑ BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiring: Date Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order of and for the account (branch address) of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 891 C-1 A signed statement from the City Manager of the City of Miami Beach, or his authorized representative, that the drawing is due to default in performance of obligations on the part of (contractor, applicant, customer) agreed upon by and between City of Miami Beach, Florida and (contractor, applicant, customer) pursuant to the Bid/Contract No. for (name of project) Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. of dated (Bank name) This Letter of Credit sets forth in full terms of our undertaking, and such undertaking shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this Letter of Credit that such drafts will be duly honored upon presentation to the drawee. The execution of the Contract and the submission of the required Performance and Payment Guaranty and Insurance Certificate by the shall be a release of all obligations. (contractor, applicant, customer) This Letter of Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida la-+w should arise, Florida law shall prevail. Authorized Signature 90 ❑ STATEMENT OF COMPLIANCE: C-2 PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. Contract No. Project Title The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by City of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract. Dated , 20 (Contractor) By: (Signature) By: (Print Name and Title) STATE OF ) ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 , by who is personally known to me or who has produced as identification and who did/did not take an oath. 91 WITNESS my hand and official seal, this day of , 20_ (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: ❑ STATEMENT OF COMPLIANCE: C-3 DAVIS BACON ACT No. Contract No. Project Title The undersigned Contractor hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated , 20 Contractor By: (Signature) By: (Print Name and Title) STATE OF ) ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20_, by who is 93 personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20 (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: APPENDIX D Required Forms (Post-Award) ATTACHMENT D-1: Form of Performance Bond ATTACHMENT D-2: Form of Payment Bond ATTACHMENT D-3: Certificate of Corporate Principle ATTACHMENT D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit ATTACHMENT D-5: Certificate of Substantial Completion ATTACHMENT D-6: Final Certificate of Payment ATTACHMENT D-7: Form of Final Receipt 951 FORM OF PERFORMANCE BOND D-1 BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Oblige, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the"Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 96 - D-1 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) 97 _ (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: 98 FORM OF PAYMENT BOND D-2 BY THIS BOND, We as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Oblige, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the"Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in probity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the 99 D-2 prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in probity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of 20 Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) too : _ (Corporate Seal) (Print Name and Title) day of , 20 . IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: 101 D-3 CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by 102 _ D-4 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami Beach, Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) 103 Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami Beach with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature 1041 CERTIFICATE OF SUBSTANTIAL COMPLETION: D-5 PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date 105 H - D-5 thereof are not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City, is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. Consultant BY DATE In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portion thereof designated by City as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: 1061 " D-6 FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE City, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at and (time) (date) City of Miami Beach, Florida By Contract Administrator Date 107 - D-7 FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of , 20 from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to Contractor for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. Contractor hereby indemnifies and releases City from all liens and claims whatsoever arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, Contractor may submit a consent of surety to final payment in a form satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 [If not incorporated sign below.] 1081 , Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20_ 109 APPENDIX E Sample Contract IV\ IAAAI BEACH SAMPLE CONTRACT: NOTE: This Sample Contract is for informational purposes only. The contents of the contract may change based on the best interests of the City. CONTRACT THIS IS A CONTRACT, by and between the City of Miami Beach, a political subdivision of the State of Florida, hereinafter referred to as City, and , hereinafter referred to as Contractor. W I T N E S S E T H, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this ttt � _ Contract. Contractor shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within ninety (90) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of two hundred fifty dollars ($250.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of one two hundred fifty dollars ($250.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. I1 - The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* [X] This is a Lump Sum Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. 1131 - _ [ j This is a Lump Sum Price Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 Payment shall be at the lump sum price in the amount of $ . This price shall be full compensation for all costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Each Application for Payment shall be submitted in triplicate to Consultant for approval. City shall make payment to Contractor within thirty (30) days after approval by Consultant of Contractor's Application for Payment and submission of an acceptable updated progress schedule. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the City shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage below five percent (5%) shall be at the sole discretion of the City after written request by Contractor. All requests for release of retainage shall be made in accordance with, and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided by law, the City shall have no obligation to release or disburse retainage until Substantial Completion of the Project. Upon receipt by the Contractor of a Certificate of Substantial Completion pursuant to ITB Section 0500, Sub- Section 43, fully executed by the City establishing the Date of Substantial Completion, and after completion of all items on the punch list and/or other incomplete work, the Contractor may submit a payment request for all remaining retainage. It shall be the City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to one and one-half times the total cost to complete such items. Any interest earned on retainage shall accrue to the benefit of City. City shall disburse the amounts withheld upon the City's acceptance of the completion of the items for which they were withheld. 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 115 : 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as-built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor , and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment 116 1 _ shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6 MISCELLANEOUS 6.1 This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent state or federal provision which is applicable to this Project, the more stringent state or federal provision shall prevail. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a 1171 period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 1181_ __ 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Procurement Department 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 Attn: Alex Denis, Procurement Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: 119_ 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance 120 In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the Board and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. 1211 - IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH City Clerk Mayor CONTRACTOR ATTEST: Signature/Secretary Signature/President Print Name Print Name .. .. .. ......._ 1221 i ATTACHMENTS ATTACHMENT A - Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Invitation to Bid ("ITB") ATTACHMENT C - Bidder's Response to the ITB ATTACHMENT D- Insurance APPENDIX A: Required Forms APPENDIX A-1: Form of Performance Bond APPENDIX A-2: Form of Payment Bond APPENDIX A-3: Certificate of Corporate Principle APPENDIX A-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit APPENDIX A-5: Certificate of Substantial Completion APPENDIX A-6: Final Certificate of Payment APPENDIX A-7: Form of Final Receipt 1231 ; _ ATTACHMENT A PLANS AND SPECIFICATIONS g EACH CITY OF MIAMI BEACH POLICE DEPARTMENT FIRST FLOOR VAV BOX RETROFIT SO3PE OF WORK :+17::::ZIAN:enre4aftr4=. AUTOMATED CONTROLS RETROFIT ----..-- AHU VFD RETROFIT REPLACEMENT OF CHW PIPE INSULATION 'ZnttirrAII"C"..1.17=,:.7' IN 1ST FLOOR GARAGE 1100 WASHINGTON AVENUE trai MIAMI BEACH,FL 33139 ° Frank Garcia,Construction Manager ''• PROPERTY MANAGEMENT DEPARTMENT 1245 Michigan Avenue,Miami Beach,FL 33139 Tel:305-673-7000 ext 2126/Fax:305-673-7963 avec DRAWING MU .6E7 mono 1L( ELECTIVCAL.""' DRAWING INCE( Mr. .1MC ja, LEM.11 caft 116 *Ma MOM E q•new k•%OMR Consulting Engineers MECHANICAL FLFGTIRIGAL PLUMBING ENGINEER TLC Engineering for Architecture 5757 Blue Lagoon Orion. Suite 400 Miami,FL 33126 Telephone(305) 266 6553 Fax(305) 266 6695 1L( NGINEERIKG -..,...... t MEM.NOTES HVAC SYMBOL LEGEND NYC ABBREVIATIONS GENERAL DEMOLITION NOTES ....................... . it.77.1.7:"..":27...7777.T..7.7".1:37 TM 000•11M ANL 1191aniell MIL =NMI :: we.%u m ma.er•E m m••i cm a•r m•• C'M rti cr46,7714.474+=1 .6 ........ me...ay ... ................... ................. . .......... ......."77:.......,T............,.. ...I.... , ....mama... • "...... m.,,a,... ....7".Thli t..".....r 7=4:1... 1.Z.7...'""....7....`T..."=":".VT=t...7..7..••• a ............... " -•""... a.„ar . --- .-. .-•-. ret:311-“-:------.-:,--- --"---- — 0- ---- . — ,_ ............ ...,,.... ........ ..-ria-rmr...--.4-.7:4-= .• wrza.---0:,,:var,LA--.."-- 'ate%''..:rtraTr.Q.•1.777.7.717.7 w- .......... ...v... ........... I- New... -ma ........ 01 a- ..,,.... .......,.. ,„„„„,_ ..77.07...,17...r.:11.17.0.17r '.7.3:-:-.%:`-`-7--",E7.-7.----;-'7"-• — ......... .,,,, o- -—- 6 ! i 13 =""=."'" .. =...---1...----nrz-r- a...am................. .atTrt.'....a....It•. , . , ....,... '..,..... . ............ ..., Fi L„,.,....,, rr.fazwz.--=•=73.4.r. 1.c I J .....— c‘> --...... -- ..------------- -va.-7.4.17-,-......-3=711=6 '",..7...''.'=":07.=•..........1.1... Ci=3.c., ...... 4' 11 HVAC EQUIPMENT TAGS §EV.T:i"711.1M7.7.... -- ......... •=Vt.'.....'"77..1=.1.L.'''''"""""• 'Fet.W.:7'F...77..ITU t..747...7.4 ........ _/57.:::7'.. LT.C' •74 7•71.7...77•1.".1.....i.'"••'''''''" 'r".".t.tai.E.Irt iit."'i•rt•lar •=.7=7..."7.7711.77=7. ......................... ............. m • a,aar aaaa aa. •Zga'...77.7.7"a I:Xt.="....F....."• . CODE COMPUANCE 1 :.7.•'7=7'::::::--- 741.7.77=1.11t="""'"'""'""'• t 1.77."."....".7.•'.....I.T.T.1=. HVAC DRAWING INDEX am i ..T =V. 1 au wataimumn.m... u. .... ....M..... ••• ow n•am..• ., i imula owns I . y...... iteUtv.'"Paii .....- ..... • ....... . .f ...„a ... L•0•0 MBA. 4. i em.... /143 Nil I 1 POE ROM COM lar .ww win ENGINEERING a • d p F. . .-.ria 3 ,,,-,-'e-:-IT: P, ,.,4-:- :1..LF.f,;;.'j.t,l..::;:.i,..,... , ,...-.- rk.:ifZ.D:7- z''-. 5,_ it, --37+_ _r4.‘:-. -"' ,i -"r ?a :.fir t Er o ! ., :�1 .',';'''4- %1 _u aEr f JA 2R,4;_4_,4004 RC?N .� I' S 11 1 +;.,.•c--. ^. .s'" a y iy.im. J /$ j \ � PAPT_13N. IR2'f!,GOR 41,47:4-734'.-3.4 \ 1 + i p,„T4RA PlR[IN?' ---4--",`,-;..,,11,--- , l - _ - ..,,.�,�,..,. _ - --�__ .L—�_—_._ .— __. �.�-------tib j PST..n FL OC R _aN - .- .' ' I-.Lry11 ; ' - OM1 ''':!44' `-...? .... , i ... 4 94214.4.444,41114440 4 1L( 41131•211.<1.9*SW>La no.uerot moo.3a,sc 1 ..iiir 0111,11[VV7A , ENGINEERING _,J 1 .....,..• -,.."-'-- '''- s ......... ,.... 1 a4401.1147,4.AMPS 1 .. .. .......„...... anlYousftmoimmimm ,41,'47........"..,27........., ,,,_ Re./..,14717........A.K. ,40/0110111•411VM IMO 4 .. . •44,...,4.-1.- 4.,' '' ' . 4.`., 't 1 ."--7'1 ,, 471.1-'7"'.1,h."---"--114r, ,, :...1 ...t....=,„..,„ .. 7 k--- .'*•••••,,,,—.0'.!,t4. : .',...,. - ,7-,... ,° ' ........ ,74.,--",=.--1.:-.4_,.. s'..-r: , -,,,.- ,•-- .,17'-',7--,-..,'"'"-.-r..161. ,,, . =•-':,:i=,-,,,,,...,;_,-;,-.-'--4'.' . Si., .4.,...4. '.. f.r441''' -If."4-1:,'-*'''''.1'7:7-'"::: :-7:,...;;;:7.-:--°- :-,-.-.•-..-.,77?. .,..;f7--.t...-----,:r-%-:,-:: i .1 ''-';r...1, ,..r=*-.:1----.;'--,-L-...!;;;:!7;,--2--.LI: ,- -,.•,-,--..3.7.-%-,-!--'! -- ‘, -0 `.!-,....',--A‘,--;'''-'1-1- ,. •-±•;,:r4 -- -222.0. '''..L'7,?.•_:z..'.-ti' 4:1--.-4....!'---- -,.4: ,z--7!':,--..:%:,:z"" - -E. -22*---0.--,-,.1- ------ ------• --.4,.....L.,_ .,7_, -03_6 ,a.,--.., .--_-- ,-'--,''.122.1:,,,,,,," ` --0•;% , 1 ;;;;;i4.---ii.72-4_ .....f.,:--.,,............--...t.t._';%:',. o .... . , —....__,'!:•:,` ,4,-,..:-,,_, _A:0''- ----%-.-' , ''," - ' '' ••:" .1- -'. -; 1 -:-"' ''' -;.7':''''''''.1.7' .. , . 7... , ,,.). ..: ... ,:., . - r , . , ..-,. F.),8 li . -----,_ l'alL, — , - - SW/ 31 -.= _ ' ...., o ' ':;,."."'--- --7._-,.;;;_i.i...,''..-,,,,,_.. •..‘..t.....-,;,,,e.,,,,i, :it, 7.7:,._ ,•,, .' - '1- ' r...."..-.7.::'..;'..... 2 H f' ID °".0 ° . i'enti 1;"-'2-" 1...;tifil:'''''' -',....:-',..4,:.•••,`,"'''li..''' ' ; 0-I ...--. EL,,,i X... a ..._,. „..-...° it-i- ,....,--- `-"i.:-..-7.,:='7 ","'''' 7.-, ":. , '-i, ' -4I--' :1-• ',-F,- ,•' ,.. -__ A,Ti-;,-,,;;-:--7-7 t-,----:-. :;'•,.e.,. ,.1, -...:!_'. ,,,-._:,..,,,_ ''';1-2.;- , ,f2:,'''-'11:'*; : `,:.i----4',,l_.,,,,, '° =•-t.1;,-;4.-7-:- \,'----f iL ;::•-;--,--•--, --;' 'S..... ...,.4..1,;_-;,-,,2:t" :. '7 j i,. . ...•:: ".-- - ,-,4,E;—%L , ,*.._ . ... . _ ... ... -,„,;,,.z-et..., r---- t._..._...,-.. ,,,-.:-....=.---,..,, ____fii .LE tn7qa No..09,2_,L AN '.R_ :*"..:;,--.:-...-=:'""*.--- •-i-E .7.-Z7.-...7.---=t _-_7;.7-- ',..,'..;',1'7 .t':.t-:.!7....,:`;',:-..'..: ', t...,...,7....., ,. ., ... _. . ....,1 oDer..,„-;,4",,--7,,7 k — ....- '11:,4 ' '•,-1 I-, r1 •- ‘2„2., .« \ ,- 4/,i 1___,,,,,) „.„..r..„.::,,rt,...,,..,11 ,... . , __.--- -' --__ % ,!'-,•••\ VaIr• ; ... : .,,,,:, _ , - ..-.'...:';',.-.4-7.-..t.„7,V---- .• ,j- . .. ,..7.•,..•,..,.,.,,,..., .." .."'" :-'" :7 ,....,...,....‘ \ /",..y.:.', i '.' „. ,;17: .. -.II 1 i •••• .. U 49 ,:" ,,,'''''- .ft,,,,,,i,7, -- .-.—.,....--;.*•.--- . 74;',.•!. ..,...,.....,-.4. ',..,.....4 ! . .ix-1. o.".. i #8 9,.I A N.ILN5.T....E9_,1! Z.,:il.t4,7:4,-: O., 1 ........ - -- ,2 1 ,...._ ,<- - .ff21.1 i :i 1 ii, ER EpNGINEERING .‘„,,,,,72„. __ , II _�— 16.—.yu�_mu.__.r_ 4M ' A — i.,-, � ._._.. ....,. _.-.._. _,x $ _.---_- --- _ ih5M' m � 60:, i,..er __ 7_ V tt � •.-�--'m1-1.: R _.._.r- 3�T1..Y�.�n�.m'1-•Y.wQ3UO --.••••_...-_. .47, L _.^mss^:•5171 _..^_.7E,•..__.__. e_...... .._,...w�_..._ I?tL • • 8 X _ n,.c. i 711.11.41! g M-7 ENGINEERING VI'C '''''' in spi , tt— f , ' x' F 4i -s.,m . _.. _ - I-I .. I.; m = 'tr ,mss e.a a_w:a..7t1,E.:.:, ¢ CONSTANT VOIJME M 14VOUNO MIT FAN CGI OR FLOWER COL UNIT mil mil , T r L =1 - _ A If iffl iii $ __8 _— I1e _ g ii Pial Iii t� -no--._ F , �$� a 1 4 rot.7/el F 4 EMERGENCY MILLER i W b . i mmd f i 147.1 t I 'I ENGINEERING • el 1 1,111111.111./ ........- ..�.__ W Q xm •®G.-� > l3 g9wa sEQ - 72 a72 . m U, MIF M IMR i AML: �:'m, — .— .....� -- 0 :-.._..-_s®_..a .. ,.n. ifs s f FMiB9R.Y 9M M IMT BMWF9M .. iwe- emerAnnI I 3 M-72 'ER ENGINEERING sars,ssr I If VAV TERIANAL MIS SCHEDULE TABLE 4-1 RECTANGULAR DUCT HANDERS Derramm 9:110.12 1•8:93190100/11 IARBALAA SZE ...3.317331.1•1313•31,17.111.1.9.0051111010.I090049110.900 av ea, OOP OR/ tsar, var., J-10 XI A SS 35 ,trAnt 2 22.-Ar-22.% O POP 34 14 303 .10 O X5 = EMS 9:20. 00. 00 ..10 30 A 35 • 1.0. rvgrri,. a a ss as ...a.mamma ass,a saa a a a a ss '222.1.2.12&22132,T2242= A ' IMF 4,0001 WM.„LOME mu.= --a;• PO 3 DJ 30 33 35 Of .I. 99(0.. ••••„=4„.1:01.:TiZ0,•• .90.0 06 9 . ID JO 00 . 12'4 'Lr E.10 72'1 2.9 ID 30 9 MI 0 0" 000, R. 04 34 9 40 A 9 9 05 0%C.100' 0 asse as a as a ssa. asa a .0 ,A A U1 . NI 9 35 1.„ 94/6 FAO 201 30 9 9 4,16:1 U.K1E "' 70.41057.1r3 0 0 -•- „EN "". '° • 0.. Ma> SECOMMCV.-1/MS.3100P34.5 VA., nWei al 55 . Mi11 „ =I 0 L-2,, 99.09. 5.0 ars saa ss amass...01.1 ....• WPM..09.4.9.0 MD 0.9.000 909.01.5919/ ...910101,95 991£ .04.02 MOLD 5 144 In ENGINEERING 111111 MOM '�. -' , .a. .11111. 4 �- J UOti.�> _ HI 1n '/��`IIIMMI t VARIABLE VOLUME TEPMINAL 5 TTYrPICAL LOW PRESSURE DUCTWORK 3 MOUNTING T LL ami 'ffi� L...� I;;III h .,. r7.1111II'\ I1 ..e.. ......0 I ....., l�" p I z I T PICAL RETURN MR BOOT B TYPICAL FLEX DUCT CONNECTION 4 DINE DIFFUSER-VERTICAL CONFIGURATION 2 3 a ..._ 3 a • ELECTRICAL SIIIBOL LEGEND GENERAL NOTES 111113143 V.I.......7,==.1r:VZ:r.r.r..... ..... : :::::::::=" 1113 ENGINEERING1 ...............,................ S. FOR AROS.iFFTSRF ="4•7.7:.'ts::•+Ai'":7,S ""7,7475:::ar'' .....I tanats 17,:‘: fati s nesmaLssamaissuar•aonesoussasusswese.s. -a.se,•••••• 0 -... Et" ...............“........... •.............................. ....... ......7-r ;,..z 71:1 A •:.1.47-::H:7Z-Zr.°Fz.'+::f ref- -4.-z----4:--atzrzarz-“,------ i2T, 13 'tg -. --- -Fm...rozz----m-12traztraIrt 11 - ---- 8 WIE HE SIMS 91101 CM SO awe MY MI MOM PR SIR SUM 'ri=iir=itroZal Lim."'"....'"' 2.G2 ELECMICAL DRAWING INDIU "Sr41:7=7.2.71,7:=4:=VX"'"" 't ... 0017/1101 Is amas•••=immossaslassmonssomossescssa T. ' ,...,..,s • , -- - -_- • : - ;1:7 1,..= - , - 1 - - . --- - .-- .!,;,-=== ....... iTe.t"'.= q• ' PPOBEEEls ',;:=-1«,, . : . V,:';;'i,, , - • . WM's... 1 I LI FIE i il ., ! .... E l 1 f I ....... lil i , ..,..." . ..L. OS Mi.. ; 111.11.6.1. ,........... i ROOMS 3 g E.° a ENGINEERINGFOR CRLI,TECT.I.E! u t strj„,t„ ac.. �-- W I. F W Q l3 y { t� "P' :-- '-. ..._- � - t .r 9 a 7';- tir rr , sl£aA.Q4 N•a.opf'l AN f+ 4 `,_ . * _ fie.✓ -� ' 1;” , ,Y wet f3 . �. ....,.. ,.,- moi- 1� 't, "---t -,---.4r,,- 4!t — -iw/-% ' _ t —tea -- ' S ( .., .:.. MR Ay QST fLR a >i:al.! .w,��r4i r ~ - --- NAN' R f1fl�NG .11:1,..":5.w,+'.sn• 1 t Itiff'. ,.. a - - : _._ i f c7lR ,-O�.P P:-4N m I 1 RNWR.. Miami Beach Police Department VFD Replacement and VAV Upgrades SECTION 23 0593 TESTING, ADJUSTING, AND BALANCING FOR HVAC PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Balancing Air Systems: a. Constant-volume air systems. b. Variable-air-volume systems. 2. Balancing Hydronic Piping Systems: a. Variable-flow hydronic systems. 1.2 DEFINITIONS A. AABC: Associated Air Balance Council. B. NEBB: National Environmental Balancing Bureau. C. TAB: Testing, adjusting, and balancing. D. TABB: Testing,Adjusting, and Balancing Bureau. E. TAB Specialist: An entity engaged to perform TAB Work. 1.3 SUBMITTALS A. Qualification Data: Within 30 days of Contractor's Notice to Proceed, submit documentation that the TAB contractor and this Project's TAB team members meet the qualifications specified in "Quality Assurance"Article. B. Contract Documents Examination Report: Within 30 days of Contractor's Notice to Proceed, submit the Contract Documents review report as specified in Part 3. C. Strategies and Procedures Plan: Within 60 days of Contractor's Notice to Proceed, submit TAB strategies and step-by-step procedures as specified in "Preparation"Article. D. Certified TAB reports. E. Sample report forms. F. Instrument calibration reports, to include the following: June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-1 Miami Beach Police Department VFD Replacement and VAV Upgrades 3.1 EXAMINATION A. Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems'designs that may preclude proper TAB of systems and equipment. B. Examine systems for installed balancing devices, such as test ports, gage cocks, thermometer wells, flow-control devices, balancing valves and fittings, and manual volume dampers. Verify that locations of these balancing devices are accessible. C. Examine the approved submittals for HVAC systems and equipment. D. Examine design data including HVAC system descriptions, statements of design assumptions for environmental conditions and systems' output, and statements of philosophies and assumptions about HVAC system and equipment controls. E. Examine equipment performance data including fan and pump curves. 1. Relate performance data to Project conditions and requirements, including system effects that can create undesired or unpredicted conditions that cause reduced capacities in all or part of a system. 2. Calculate system-effect factors to reduce performance ratings of HVAC equipment when installed under conditions different from the conditions used to rate equipment performance. To calculate system effects for air systems, use tables and charts found in AMCA 201, "Fans and Systems," or in SMACNA's "HVAC Systems - Duct Design." Compare results with the design data and installed conditions. F. Examine system and equipment installations and verify that field quality-control testing, cleaning, and adjusting specified in individual Sections have been performed. G. Examine test reports specified in individual system and equipment Sections. H. Examine HVAC equipment and filters and verify that bearings are greased, belts are aligned and tight, and equipment with functioning controls is ready for operation. I. Examine terminal units, such as variable-air-volume boxes, and verify that they are accessible and their controls are connected and functioning. J. Examine strainers. Verify that startup screens are replaced by permanent screens with indicated perforations. K. Examine three-way valves for proper installation for their intended function of diverting or mixing fluid flows. L. Examine heat-transfer coils for correct piping connections and for clean and straight fins. M. Examine system pumps to ensure absence of entrained air in the suction piping. N. Examine operating safety interlocks and controls on HVAC equipment. O. Report deficiencies discovered before and during performance of TAB procedures to the engineers and Commissioning Authority in addition to the Mechanical Contractor. Observe and record system reactions to changes in conditions. Record default set points if different from indicated values. June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-3 Miami Beach Police Department VFD Replacement and VAV Upgrades 3.2 PREPARATION A. Prepare a TAB plan that includes strategies and step-by-step procedures. B. Complete system-readiness checks and prepare reports. Verify the following: 1. Permanent electrical-power wiring is complete. 2. Hydronic systems are filled, clean, and free of air. 3. Automatic temperature-control systems are operational. 4. Equipment and duct access doors are securely closed. 5. Balance, smoke, and fire dampers are open. 6. Isolating and balancing valves are open and control valves are operational. 7. Ceilings are installed in critical areas where air-pattern adjustments are required and access to balancing devices is provided. 8. Windows and doors can be closed so indicated conditions for system operations can be met. 3.3 GENERAL PROCEDURES FOR TESTING AND BALANCING A. Perform testing and balancing procedures on each system according to the procedures contained in AABC's "National Standards for Total System Balance", ASHRAE 111, NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems" and in this Section. 1. Comply with requirements in ASHRAE 62.1-2007, Section 7.2.2, "Air Balancing." B. Cut insulation, ducts, pipes, and equipment cabinets for installation of test probes to the minimum extent necessary for TAB procedures. 1. After testing and balancing, patch probe holes in ducts with same material and thickness as used to construct ducts. 2. After testing and balancing, install test ports and duct access doors that comply with requirements in Division 23 Section"Air Duct Accessories." 3. Install and join new insulation that matches removed materials. Restore insulation, coverings, vapor barrier, and finish according to Division 23 Section "HVAC Insulation." C. Mark equipment and balancing devices, including damper-control positions, valve position indicators, fan-speed-control levers, and similar controls and devices, with paint or other suitable, permanent identification material to show final settings. D. Take and report testing and balancing measurements in inch-pound (IP) units. 3.4 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS A. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and recommended testing procedures. Crosscheck the summation of required outlet volumes with required fan volumes. B. Prepare schematic diagrams of systems' "as-built"duct layouts. C. For variable-air-volume systems, develop a plan to simulate diversity. June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-4 Miami Beach Police Department VFD Replacement and VAV Upgrades D. Determine the best locations in main and branch ducts for accurate duct-airflow measurements. E. Check airflow patterns from the outdoor-air louvers and dampers and the return- and exhaust- air dampers through the supply-fan discharge and mixing dampers. F. Locate start-stop and disconnect switches, electrical interlocks, and motor starters. G. Verify that motor starters are equipped with properly sized thermal protection. H. Check dampers for proper position to achieve desired airflow path. I. Check for airflow blockages. J. Check condensate drains for proper connections and functioning. K. Check for proper sealing of air-handling-unit components. L. Verify that air duct system is sealed as specified in Division 23 Section"Metal Ducts." 3.5 PROCEDURES FOR CONSTANT-VOLUME AIR SYSTEMS A. Adjust fans to deliver total indicated airflows within the maximum allowable fan speed listed by fan manufacturer. 1. Measure total airflow. a. Where sufficient space in ducts is unavailable for Pitot-tube traverse measurements, measure-airflow at terminal outlets and inlets and calculate the • total airflow. 2. Measure fan static pressures as follows to determine actual static pressure: a. Measure outlet static pressure as far downstream from the fan as practical and upstream from restrictions in ducts such as elbows and transitions. b. Measure static pressure directly at the fan outlet or through the flexible connection. c. Measure inlet static pressure of single-inlet fans in the inlet duct as near the fan as possible, upstream from the flexible connection, and downstream from duct restrictions. d. Measure inlet static pressure of double-inlet fans through the wall of the plenum that houses the fan. 3. Measure static pressure across each component that makes up an air-handling unit, rooftop unit, and other air-handling and -treating equipment. a. Report the cleanliness status of filters and the time static pressures are measured. 4. Measure static pressures entering and leaving other devices, such as sound traps, heat- recovery equipment, and air washers, under final balanced conditions. 5. Review Record Documents to determine variations in design static pressures versus actual static pressures. Calculate actual system-effect factors. Recommend adjustments to accommodate actual conditions. June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-5 Miami Beach Police Department VFD Replacement and VAV Upgrades 6. Obtain approval from Architect for adjustment of fan speed higher or lower than indicated speed. Comply with requirements in Division 23 Sections for air-handling units for adjustment of fans, belts, and pulley sizes to achieve indicated air-handling-unit performance. 7. Do not make fan-speed adjustments that result in motor overload. Consult equipment manufacturers about fan-speed safety factors. Modulate dampers and measure fan- motor amperage to ensure that no overload will occur. Measure amperage in full-cooling, full-heating, economizer, and any other operating mode to determine the maximum required brake horsepower. B. Adjust volume dampers for main duct, submain ducts, and major branch ducts to indicated airflows within specified tolerances. 1. Measure airflow of submain and branch ducts. a. Where sufficient space in submain and branch ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate the total airflow for that zone. 2. Measure static pressure at a point downstream from the balancing damper, and adjust volume dampers until the proper static pressure is achieved. 3. Remeasure each submain and branch duct after all have been adjusted. Continue to adjust submain and branch ducts to indicated airflows within specified tolerances. C. Measure air outlets and inlets without making adjustments. 1. Measure terminal outlets using a direct-reading hood or outlet manufacturer's written instructions and calculating factors. D. Adjust air outlets and inlets for each space to indicated airflows within specified tolerances of indicated values. Make adjustments using branch volume dampers rather than extractors and the dampers at air terminals. 1. Adjust each outlet in same room or space to within specified tolerances of indicated quantities without generating noise levels above the limitations prescribed by the Contract Documents. 2. Adjust patterns of adjustable outlets for proper distribution without drafts. 3.6 PROCEDURES FOR VARIABLE-AIR-VOLUME SYSTEMS A. Compensating for Diversity: When the total airflow of all terminal units is more than the indicated airflow of the fan, place a selected number of terminal units at a minimum set-point airflow with the remainder at maximum-airflow condition until the total airflow of the terminal units equals the indicated airflow of the fan. Select the reduced-airflow terminal units so they are distributed evenly among the branch ducts. B. Pressure-Independent, Variable-Air-Volume Systems: After the fan systems have been adjusted, adjust the variable-air-volume systems as follows: 1. Set outdoor-air dampers at minimum, and set return- and exhaust-air dampers at a position that simulates full-cooling load. June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-6 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. Select the terminal unit that is most critical to the supply-fan airflow and static pressure. Measure static pressure. Adjust system static pressure so the entering static pressure for the critical terminal unit is not less than the sum of the terminal-unit manufacturer's recommended minimum inlet static pressure plus the static pressure needed to overcome terminal-unit discharge system losses. 3. Measure total system airflow. Adjust to within indicated airflow. 4. Set terminal units at maximum airflow and adjust controller or regulator to deliver the designed maximum airflow. Use terminal-unit manufacturer's written instructions to make this adjustment. When total airflow is correct, balance the air outlets downstream from terminal units the same as described for constant-volume air systems. 5. Set terminal units at minimum airflow and adjust controller or regulator to deliver the designed minimum airflow. Check air outlets for a proportional reduction in airflow the same as described for constant-volume air systems. a. If air outlets are out of balance at minimum airflow, report the condition but leave outlets balanced for maximum airflow. 6. Remeasure the return airflow to the fan while operating at maximum return airflow and minimum outdoor airflow. a. Adjust the fan and balance the return-air ducts and inlets the same as described for constant-volume air systems. 7. Measure static pressure at the most critical terminal unit and adjust the static-pressure controller at the main supply-air sensing station to ensure that adequate static pressure is maintained at the most critical unit. 8. Record final fan-performance data. C. Pressure-Dependent, Variable-Air-Volume Systems without Diversity: After the fan systems have been adjusted, adjust the variable-air-volume systems as follows: 1. Balance variable-air-volume systems the same as described for constant-volume air systems. 2. Set terminal units and supply fan at full-airflow condition. 3. Adjust inlet dampers of each terminal unit to indicated airflow and verify operation of the static-pressure controller. When total airflow is correct, balance the air outlets downstream from terminal units the same as described for constant-volume air systems. 4. Readjust fan airflow for final maximum readings. 5. Measure operating static pressure at the sensor that controls the supply fan if one is installed, and verify operation of the static-pressure controller. 6. Set supply fan at minimum airflow if minimum airflow is indicated. Measure static pressure to verify that it is being maintained by the controller. 7. Set terminal units at minimum airflow and adjust controller or regulator to deliver the designed minimum airflow. Check air outlets for a proportional reduction in airflow the same as described for constant-volume air systems. a. If air outlets are out of balance at minimum airflow, report the condition but leave the outlets balanced for maximum airflow. 8. Measure the return airflow to the fan while operating at maximum return airflow and minimum outdoor airflow. a. Adjust the fan and balance the return-air ducts and inlets the same as described for constant-volume air systems. June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-7 Miami Beach Police Department VFD Replacement and VAV Upgrades D. Pressure-Dependent, Variable-Air-Volume Systems with Diversity: After the fan systems have been adjusted, adjust the variable-air-volume systems as follows: 1. Set system at maximum indicated airflow by setting the required number of terminal units at minimum airflow. Select the reduced-airflow terminal units so they are distributed evenly among the branch ducts. 2. Adjust supply fan to maximum indicated airflow with the variable-airflow controller set at maximum airflow. 3. Set terminal units at full-airflow condition. 4. Adjust terminal units starting at the supply-fan end of the system and continuing progressively to the end of the system. Adjust inlet dampers of each terminal unit to indicated airflow. When total airflow is correct, balance the air outlets downstream from terminal units the same as described for constant-volume air systems. 5. Adjust terminal units for minimum airflow. 6. Measure static pressure at the sensor. 7. Measure the return airflow to the fan while operating at maximum return airflow and minimum outdoor airflow. Adjust the fan and balance the return-air ducts and inlets the same as described for constant-volume air systems. 3.7 GENERAL PROCEDURES FOR HYDRONIC SYSTEMS A. Prepare test reports with pertinent design data, and number in sequence starting at pump to end of system. Check the sum of branch-circuit flows against the approved pump flow rate. Correct variations that exceed plus or minus 5 percent. B. Prepare schematic diagrams of systems' "as-built" piping layouts. C. Prepare hydronic systems for testing and balancing according to the following, in addition to the general preparation procedures specified above: 1. Open all manual valves for maximum flow. 2. Check liquid level in expansion tank. 3. Check makeup water-station pressure gage for adequate pressure for highest vent. 4. Check flow-control valves for specified sequence of operation, and set at indicated flow. 5. Set differential-pressure control valves at the specified differential pressure. Do not set at fully closed position when pump is positive-displacement type unless several terminal valves are kept open. 6. Set system controls so automatic valves are wide open to heat exchangers. 7. Check pump-motor load. If motor is overloaded, throttle main flow-balancing device so motor nameplate rating is not exceeded. 8. Check air vents for a forceful liquid flow exiting from vents when manually operated. 3.8 PROCEDURES FOR VARIABLE-FLOW HYDRONIC SYSTEMS A. Balance systems with automatic two- and three-way control valves by setting systems at maximum flow through heat-exchange terminals and proceed as specified above for hydronic systems. 3.9 PROCEDURES FOR MOTORS June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-8 Miami Beach Police Department VFD Replacement and VAV Upgrades A. Motors, 1/2 HP and Larger: Test at final balanced conditions and record the following data: 1. Manufacturer's name, model number, and serial number. 2. Motor horsepower rating. 3. Motor rpm. 4. Efficiency rating. 5. Nameplate and measured voltage, each phase. 6. Nameplate and measured amperage, each phase. 7. Starter thermal-protection-element rating. B. Motors Driven by Variable-Frequency Controllers: Test for proper operation at speeds varying from minimum to maximum. Test the manual bypass of the controller to prove proper operation. Record observations including name of controller manufacturer, model number, serial number, and nameplate data. 3.10 TOLERANCES A. Set HVAC system's air flow rates and water flow rates within the following tolerances: 1. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus or minus 10 percent . 2. Cooling-Water Flow Rate: Plus or minus 10 percent . 3.11 REPORTING A. Initial Construction-Phase Report: Based on examination of the Contract Documents as specified in "Examination" Article, prepare a report on the adequacy of design for systems' balancing devices. Recommend changes and additions to systems' balancing devices to facilitate proper performance measuring and balancing. Recommend changes and additions to HVAC systems and general construction to allow access for performance measuring and balancing devices. Provide copies to the Engineer and Commissioning Authorities in addition to the Mechanical Contractor. B. Status Reports: Prepare biweekly progress reports to describe completed procedures, procedures in progress, and scheduled procedures. Include a list of deficiencies and problems found in systems being tested and balanced. Prepare a separate report for each system and each building floor for systems serving multiple floors. 3.12 FINAL REPORT A. General: Prepare a certified written report; tabulate and divide the report into separate sections for tested systems and balanced systems. 1. Include a certification sheet at the front of the report's binder, signed and sealed by the certified testing and balancing engineer. 2. Include a list of instruments used for procedures, along with proof of calibration. B. Final Report Contents: In addition to certified field-report data, include the following: 1. Fan curves. June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-9 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. Manufacturers'test data. 3. Field test reports prepared by system and equipment installers. 4. Other information relative to equipment performance; do not include Shop Drawings and product data. C. General Report Data: In addition to form titles and entries, include the following data: 1. Title page. 2. Name and address of the TAB contractor. 3. Project name. 4. Project location. 5. Architect's name and address. 6. Engineer's name and address. 7. Contractor's name and address. 8. Report date. 9. Signature of TAB supervisor who certifies the report. 10. Table of Contents with the total number of pages defined for each section of the report. Number each page in the report. • 11. Summary of contents including the following: a. Indicated versus final performance. b. Notable characteristics of systems. c. Description of system operation sequence if it varies from the Contract Documents. 12. Nomenclature sheets for each item of equipment. 13. Data for terminal units, including manufacturer's name, type, size, and fittings. 14. Notes to explain why certain final data in the body of reports vary from indicated values. 15. Test conditions for fans and pump performance forms including the following: a. Settings for outdoor-, return-, and exhaust-air dampers. b. Conditions of filters. c. Cooling coil, wet-and dry-bulb conditions. d. Face and bypass damper settings at coils. e. Fan drive settings including settings and percentage of maximum pitch diameter. f. Inlet vane settings for variable-air-volume systems. g. Settings for supply-air, static-pressure controller. h. Other system operating conditions that affect performance. D. System Diagrams: Include schematic layouts of air and hydronic distribution systems. Present each system with single-line diagram and include the following: 1. Quantities of outdoor, supply, return, and exhaust airflows. 2. Water and steam flow rates. 3. Duct, outlet, and inlet sizes. 4. Pipe and valve sizes and locations. 5. Terminal units. 6. Balancing stations. 7. Position of balancing devices. E. Air-Handling-Unit Test Reports: For air-handling units with coils, include the following: 1. Unit Data: June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-10 Miami Beach Police Department VFD Replacement and VAV Upgrades a. Unit identification. b. Location. c. Make and type. d. Model number and unit size. e. Manufacturer's serial number. f. Unit arrangement and class. g. Discharge arrangement. h. Sheave make, size in inches, and bore. i. Center-to-center dimensions of sheave, and amount of adjustments in inches. j. Number, make, and size of belts. k. Number, type, and size of filters. 2. Motor Data: a. Motor make, and frame type and size. b. Horsepower and rpm. c. Volts, phase, and hertz. d. Full-load amperage and service factor. e. Sheave make, size in inches, and bore. f. Center-to-center dimensions of sheave, and amount of adjustments in inches. 3. Test Data (Indicated and Actual Values): a. Total air flow rate in cfm. b. Total system static pressure in inches wg. c. Fan rpm. d. Discharge static pressure in inches wg. e. Filter static-pressure differential in inches wg. f. Preheat-coil static-pressure differential in inches wg. g. Cooling-coil static-pressure differential in inches wg. h. Heating-coil static-pressure differential in inches wg. i. Outdoor airflow in cfm. j. Return airflow in cfm. k. Outdoor-air damper position. I. Return-air damper position. m. Vortex damper position. F. Electric-Coil Test Reports: For electric furnaces, duct coils, and electric coils installed in central-station air-handling units, include the following: 1. Unit Data: a. System identification. b. Location. c. Coil identification. d. Capacity in Btu/h. e. Number of stages. f. Connected volts, phase, and hertz. g. Rated amperage. h. Air flow rate in cfm. i. Face area in sq. ft.. j. Minimum face velocity in fpm. 2. Test Data (Indicated and Actual Values): June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-11 Miami Beach Police Department VFD Replacement and VAV Upgrades a. Heat output in Btu/h. b. Air flow rate in cfm. c. Air velocity in fpm. d. Entering-air temperature in deg F. e. Leaving-air temperature in deg F. f. Voltage at each connection. g. Amperage for each phase. G. Round, Flat-Oval, and Rectangular Duct Traverse Reports: Include a diagram with a grid representing the duct cross-section and record the following: 1. Report Data: a. System and air-handling-unit number. b. Location and zone. c. Traverse air temperature in deg F. d. Duct static pressure in inches wg. e. Duct size in inches. f. Duct area in sq. ft.. g. Indicated air flow rate in cfm. h. Indicated velocity in fpm. i. Actual air flow rate in cfm. j. Actual average velocity in fpm. k. Barometric pressure in psig. H. Instrument Calibration Reports: 1. Report Data: a. Instrument type and make. b. Serial number. c. Application. d. Dates of use. e. Dates of calibration. 3.13 INSPECTIONS A. Initial Inspection: 1. After testing and balancing are complete, operate each system and randomly check measurements to verify that the system is operating according to the final test and balance readings documented in the final report. 2. Check the following for each system: a. Measure room temperature at each thermostat/temperature sensor. Compare the reading to the set point. b. Verify that balancing devices are marked with final balance position. c. Note deviations from the Contract Documents in the final report. B. Final Inspection: June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-12 Miami Beach Police Department VFD Replacement and VAV Upgrades 1. After initial inspection is complete and documentation by random checks verifies that testing and balancing are complete and accurately documented in the final report, request that a final inspection be made by Engineer of Record. 2. The TAB contractor's test and balance engineer shall conduct the inspection in the presence of Engineer of Record or Construction Manager. C. TAB Work will be considered defective if it does not pass final inspections. If TAB Work fails, proceed as follows: 1. Recheck all measurements and make adjustments. Revise the final report and balancing device settings to include all changes; resubmit the final report and request a second final inspection. 2. If the second final inspection also fails, Owner may contract the services of another TAB contractor to complete TAB Work according to the Contract Documents and deduct the cost of the services from the original TAB contractor's final payment. D. Prepare test and inspection reports. 3.14 ADDITIONAL TESTS A. Within 90 days of completing TAB, perform additional TAB to verify that balanced conditions are being maintained throughout and to correct unusual conditions. B. Seasonal Periods: If initial TAB procedures were not performed during near-peak summer and winter conditions, perform additional TAB during near-peak summer and winter conditions. C. The TAB shall provide a technician to support the commissioning of the project with rechecks of air and or water flow, pressure tests of duct high pressure limits, smoke detectors, coil and filter pressure drop signals, terminal air flow and space temperature, humidity and CO2 sensor verification of calibration on up to not less than 25% (or higher if the Cx A sampling is specified to be higher)of the VAV terminal, temperature control zones. END OF SECTION 23 0593 June 16, 2016 TEST AND BALANCE FOR HVAC 23 0593-13 Miami Beach Police Department VFD Replacement and VAV Upgrades SECTION 230700- HVAC INSULATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Insulation Materials: a. Cellular glass. b. Flexible elastomeric. c. Mineral fiber. 2. Insulating cements. 3. Adhesives. 4. Mastics. 5. Sealants. 6. Factory-applied jackets. 7. Field-applied fabric-reinforcing mesh. 8. Field-applied cloths. 9. Field-applied jackets. 10. Tapes. 11. Corner angles. B. Related Sections: 1. Division 23 Section "Metal Ducts"for duct liners. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include thermal conductivity, thickness, and jackets (both factory and field applied, if any). B. Qualification Data: For qualified Installer. C. Material Test Reports: From a qualified testing agency acceptable to authorities having jurisdiction indicating, interpreting, and certifying test results for compliance of insulation materials, sealers, attachments, cements, and jackets, with requirements indicated. Include dates of tests and test methods employed. D. Field quality-control reports. June 16, 2016 HVAC INSULATION 23 0700- 1 Miami Beach Police Department VFD Replacement and VAV Upgrades 1.4 QUALITY ASSURANCE A. Installer Qualifications: Skilled mechanics who have successfully completed an apprenticeship program or another craft training program. B. Fire-Test-Response Characteristics: Insulation and related materials shall have fire-test- response characteristics indicated, as determined by testing identical products per ASTM E 84, by a testing and inspecting agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing and inspecting agency. 1. Insulation Installed Indoors: Flame-spread index of 25 or less, and smoke-developed index of 50 or less. 2. Insulation Installed Outdoors: Flame-spread index of 75 or less, and smoke-developed index of 150 or less. 1.5 DELIVERY, STORAGE, AND HANDLING A. Packaging: Insulation material containers shall be marked by manufacturer with appropriate ASTM standard designation, type and grade, and maximum use temperature. 1.6 COORDINATION A. Coordinate size and location of supports, hangers, and insulation shields specified in Division 23 Section "Hangers and Supports for HVAC Piping and Equipment." B. Coordinate clearance requirements with piping Installer for piping insulation application, duct Installer for duct insulation application, and equipment Installer for equipment insulation application. Before preparing piping and ductwork Shop Drawings, establish and maintain clearance requirements for installation of insulation and field-applied jackets and finishes and for space required for maintenance. C. Coordinate installation and testing of heat tracing. 1.7 SCHEDULING A. Schedule insulation application after pressure testing systems and, where required, after installing and testing heat tracing. Insulation application may begin on segments that have satisfactory test results. B. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction. PART 2- PRODUCTS 2.1 INSULATION MATERIALS A. Comply with requirements in Part 3 schedule articles for where insulating materials shall be applied. June 16, 2016 HVAC INSULATION 23 0700 -2 Miami Beach Police Department VFD Replacement and VAV Upgrades B. Products shall not contain asbestos, lead, mercury, or mercury compounds. C. Products that come in contact with stainless steel shall have a leachable chloride content of less than 50 ppm when tested according to ASTM C 871. D. Insulation materials for use on austenitic stainless steel shall be qualified as acceptable according to ASTM C 795. E. Foam insulation materials shall not use CFC or HCFC blowing agents in the manufacturing process. F. Flexible Elastomeric: Closed-cell, sponge- or expanded-rubber materials. Comply with ASTM C 534, Type I for tubular materials and Type II for sheet materials. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Aeroflex USA Inc.; Aerocel. b. Armacell LLC; AP Armaflex. c. RBX Corporation; Insul-Sheet 1800 and Insul-Tube 180. G. Mineral-Fiber Blanket Insulation: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 553, Type II and ASTM C 1290, Type III with factory-applied FSK jacket. Factory-applied jacket requirements are specified in "Factory-Applied Jackets"Article. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. CertainTeed Corp.; Duct Wrap. b. Johns Manville; Microlite. c. Knauf Insulation; Duct Wrap. d. Manson Insulation Inc.; Alley Wrap. e. Owens Corning; All-Service Duct Wrap. H. Mineral-Fiber Board Insulation: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 612, Type IA or Type IB. For duct and plenum applications, provide insulation with factory-applied ASJ. For equipment applications, provide insulation with factory- applied ASJ. Factory-applied jacket requirements are specified in "Factory-Applied Jackets" Article. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. CertainTeed Corp.; Commercial Board. b. Fibrex Insulations Inc.; FBX. c. Johns Manville; 800 Series Spin-Glas. d. Knauf Insulation; Insulation Board. e. Manson Insulation Inc.; AK Board. f. Owens Corning; Fiberglas 700 Series. Mineral-Fiber, Preformed Pipe Insulation: 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: June 16, 2016 HVAC INSULATION 23 0700- 3 Miami Beach Police Department VFD Replacement and VAV Upgrades a. Fibrex Insulations Inc.; Coreplus 1200. b. Johns Manville; Micro-Lok. c. Knauf Insulation; 1000 Pipe Insulation. d. Manson Insulation Inc.; Alley-K. e. Owens Corning; Fiberglas Pipe Insulation. 2. Type I, 850 deg F Materials: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 547, Type I, Grade A, with factory-applied ASJ. Factory-applied jacket requirements are specified in "Factory-Applied Jackets"Article. 2.2 INSULATING CEMENTS A. Mineral-Fiber Insulating Cement: Comply with ASTM C 195. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Insulco, Division of MFS, Inc.; Triple I. b. P. K. Insulation Mfg. Co., Inc.; Super-Stik. B. Expanded or Exfoliated Vermiculite Insulating Cement: Comply with ASTM C 196. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. P. K. Insulation Mfg. Co., Inc.; Thermal-V-Kote. C. Mineral-Fiber, Hydraulic-Setting Insulating and Finishing Cement: Comply with ASTM C 449/C 449M. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Insulco, Division of MFS, Inc.; SmoothKote. b. P. K. Insulation Mfg. Co., Inc.; PK No. 127, and Quik-Cote. c. Rock Wool Manufacturing Company; Delta One Shot. 2.3 ADHESIVES A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated, unless otherwise indicated. B. Calcium Silicate Adhesive: Fibrous, sodium-silicate-based adhesive with a service temperature range of 50 to 800 deg F. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-97. b. Foster Products Corporation, H. B. Fuller Company; 81-27/81-93. c. Marathon Industries, Inc.; 290. d. Mon-Eco Industries, Inc.; 22-30. e. Vimasco Corporation; 760. June 16, 2016 HVAC INSULATION 23 0700-4 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. For indoor applications, use adhesive that has a VOC content of 80 g/L or less when calculated according to 40 CFR 59, Subpart D(EPA Method 24). C. Cellular-Glass, Phenolic and Polyisocyanurate Adhesive: Solvent-based resin adhesive, with a service temperature range of minus 75 to plus 300 deg F. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-96. b. Foster Products Corporation, H. B. Fuller Company; 81-33. 2. For indoor applications, use adhesive that has a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). D. Flexible Elastomeric Adhesive: Comply with MIL-A-24179A, Type II, Class I. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Aeroflex USA Inc.; Aeroseal. b. Armacell LCC; 520 Adhesive. c. Foster Products Corporation, H. B. Fuller Company; 85-75. d. RBX Corporation; Rubatex Contact Adhesive. 2. For indoor applications, use adhesive that has a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). E. Mineral-Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-82. b. Foster Products Corporation, H. B. Fuller Company; 85-20. c. ITW TACC, Division of Illinois Tool Works; S-90/80. d. Marathon Industries, Inc.; 225. e. Mon-Eco Industries, Inc.; 22-25. 2. For indoor applications, use adhesive that has a VOC content of 80 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). F. ASJ Adhesive and FSK Jacket Adhesive: Comply with MIL-A-3316C, Class 2, Grade A for bonding insulation jacket lap seams and joints. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-82. b. Foster Products Corporation, H. B. Fuller Company; 85-20. c. ITW TACC, Division of Illinois Tool Works; S-90/80. d. Marathon Industries, Inc.; 225. e. Mon-Eco Industries, Inc.; 22-25. June 16, 2016 HVAC INSULATION 23 0700- 5 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. For indoor applications, use adhesive that has a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D(EPA Method 24). G. PVC Jacket Adhesive: Compatible with PVC jacket. 1. Products: Subject to compliance with requirements available products that may be incorporated into the Work include, but are not limited to, the following: a. Dow Chemical Company(The); 739, Dow Silicone. b. Johns-Manville; Zeston Perma-Weld, CEEL-TITE Solvent Welding Adhesive. c. P.I.C. Plastics, Inc.;Welding Adhesive. d. Speedline Corporation; Speedline Vinyl Adhesive. 2. For indoor applications, use adhesive that has a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2.4 MASTICS A. Materials shall be compatible with insulation materials, jackets, and substrates; comply with MIL-C-19565C, Type II. 1. For indoor applications, use mastics that have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). B. Vapor-Barrier Mastic: Water based; suitable for indoor and outdoor use on below ambient services. 1. Products: Subject to compliance with requirements available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-35. b. Foster Products Corporation, H. B. Fuller Company; 30-90. c. ITW TACC, Division of Illinois Tool Works; CB-50. d. Marathon Industries, Inc.; 590. e. Mon-Eco Industries, Inc.; 55-40. f. Vimasco Corporation; 749. 2. Water-Vapor Permeance: ASTM E 96, Procedure B, 0.013 permat 43-mil dry film thickness. 3. Service Temperature Range: Minus 20 to plus 180 deg F. 4. Solids Content: ASTM D 1644, 59 percent by volume and 71 percent by weight. 5. Color: White. C. Vapor-Barrier Mastic: Solvent based; suitable for indoor use on below ambient services. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-30. b. Foster Products Corporation, H. B. Fuller Company; 30-35. c. ITW TACC, Division of Illinois Tool Works; CB-25. d. Marathon Industries, Inc.; 501. e. Mon-Eco Industries, Inc.; 55-10. June 16, 2016 HVAC INSULATION 23 0700-6 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. Water-Vapor Permeance: ASTM F 1249, 0.05 permat 35-mil dry film thickness. 3. Service Temperature Range: 0 to 180 deg F. 4. Solids Content: ASTM D 1644, 44 percent by volume and 62 percent by weight. 5. Color: White. D. Vapor-Barrier Mastic: Solvent based; suitable for outdoor use on below ambient services. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; Encacel. b. Foster Products Corporation, H. B. Fuller Company; 60-95/60-96. c. Marathon Industries, Inc.; 570. d. Mon-Eco Industries, Inc.; 55-70. 2. Water-Vapor Permeance: ASTM F 1249, 0.05 perm at 30-mil dry film thickness. 3. Service Temperature Range: Minus 50 to plus 220 deg F. 4. Solids Content: ASTM D 1644, 33 percent by volume and 46 percent by weight. 5. Color: White. E. Breather Mastic: Water based; suitable for indoor and outdoor use on above ambient services. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-10. b. Foster Products Corporation, H. B. Fuller Company; 35-00. c. ITW TACC, Division of Illinois Tool Works; CB-05/15. d. Marathon Industries, Inc.; 550. e. Mon-Eco Industries, Inc.; 55-50. f. Vimasco Corporation;WC-1/WC-5. 2. Water-Vapor Permeance: ASTM F 1249, 3 perms at 0.0625-inch dry film thickness. 3. Service Temperature Range: Minus 20 to plus 200 deg F. 4. Solids Content: 63 percent by volume and 73 percent by weight. 5. Color: White. 2.5 SEALANTS A. Joint Sealants: 1. Joint Sealants for Cellular-Glass, Phenolic, and Polyisocyanurate Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-76. b. Foster Products Corporation, H. B. Fuller Company; 30-45. c. Marathon Industries, Inc.; 405. d. Mon-Eco Industries, Inc.; 44-05. e. Pittsburgh Corning Corporation; Pittseal 444. f. Vimasco Corporation; 750. B. FSK and Metal Jacket Flashing Sealants: June 16, 2016 HVAC INSULATION 23 0700 -7 Miami Beach Police Department VFD Replacement and VAV Upgrades 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-76-8. b. Foster Products Corporation, H. B. Fuller Company; 95-44. c. Marathon Industries, Inc.; 405. d. Mon-Eco Industries, Inc.; 44-05. e. Vimasco Corporation; 750. 2. Materials shall be compatible with insulation materials,jackets, and substrates. 3. Fire-and water-resistant, flexible, elastomeric sealant. 4. Service Temperature Range: Minus 40 to plus 250 deg F. 5. Color: Aluminum. 6. For indoor applications, use sealants that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). C. ASJ Flashing Sealants, and Vinyl and PVC Jacket Flashing Sealants: 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-76. 2. Materials shall be compatible with insulation materials,jackets, and substrates. 3. Fire-and water-resistant, flexible, elastomeric sealant. 4. Service Temperature Range: Minus 40 to plus 250 deg F. 5. Color: White. 6. For indoor applications, use sealants that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2.6 FIELD-APPLIED FABRIC-REINFORCING MESH A. Woven Glass-Fiber Fabric for Pipe Insulation: Approximately 2 oz. /sq. yd.with a thread count of 10 strands by 10 strands/sq. inch for covering pipe and pipe fittings. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Vimasco Corporation; Elastafab 894. B. Woven Glass-Fiber Fabric for Duct and Equipment Insulation: Approximately 6 oz./sq. yd.with a thread count of 5 strands by 5 strands/sq. inch for covering equipment. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; Chil-Glas No. 5. C. Woven Polyester Fabric: Approximately 1 oz./sq. yd.with a thread count of 10 strands by 10 strands/sq. inch, in a Leno weave,for duct, equipment, and pipe. 1. Products: Subject to compliance with requirements available products that may be incorporated into the Work include, but are not limited to, the following: June 16, 2016 HVAC INSULATION 23 0700 - 8 Miami Beach Police Department VFD Replacement and VAV Upgrades a. Foster Products Corporation, H. B. Fuller Company; Mast-A-Fab. b. Vimasco Corporation; Elastafab 894. 2.7 FIELD-APPLIED CLOTHS A. Woven Glass-Fiber Fabric: Comply with MIL-C-20079H, Type I, plain weave, and presized a minimum of 8 oz./sq. yd.. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Alpha Associates, Inc.; Alpha-Maritex 84215 and 84217/9485RW, Luben 59. 2.8 FIELD-APPLIED JACKETS A. Field-applied jackets shall comply with ASTM C 921, Type I, unless otherwise indicated. B. FSK Jacket: Aluminum-foil-face, fiberglass-reinforced scrim with kraft-paper backing. C. PVC Jacket: High-impact-resistant, UV-resistant PVC complying with ASTM D 1784, Class 16354-C; thickness as scheduled; roll stock ready for shop or field cutting and forming. Thickness is indicated in field-applied jacket schedules. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Johns Manville; Zeston. b. P.I.C. Plastics, Inc.; FG Series. c. Proto PVC Corporation; LoSmoke. d. Speedline Corporation; SmokeSafe. 2. Adhesive: As recommended by jacket material manufacturer. 3. Color: White. 4. Factory-fabricated fitting covers to match jacket if available; otherwise, field fabricate. a. Shapes: 45- and 90-degree, short- and long-radius elbows, tees, valves, flanges, unions, reducers, end caps, soil-pipe hubs, traps, mechanical joints, and P-trap and supply covers for lavatories. 5. Factory-fabricated tank heads and tank side panels. D. Metal Jacket: 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; Metal Jacketing Systems. b. PABCO Metals Corporation; Surefit. c. RPR Products, Inc.; Insul-Mate. 2. Aluminum Jacket: Comply with ASTM B 209, Alloy 3003, 3005, 3105 or 5005, Temper H-14. June 16, 2016 HVAC INSULATION 23 0700- 9 Miami Beach Police Department VFD Replacement and VAV Upgrades a. Sheet and roll stock ready for shop or field sizing. b. Finish and thickness are indicated in field-applied jacket schedules. c. Moisture Barrier for Indoor Applications: 1-mil-thick, heat-bonded polyethylene and kraft paper. d. Moisture Barrier for Outdoor Applications: 3-mil-thick, heat-bonded polyethylene and kraft paper. e. Factory-Fabricated Fitting Covers: 1) Same material, finish, and thickness as jacket. 2) Preformed 2-piece or gore, 45- and 90-degree, short- and long-radius elbows. 3) Tee covers. 4) Flange and union covers. 5) End caps. 6) Beveled collars. 7) Valve covers. 8) Field fabricate fitting covers only if factory-fabricated fitting covers are not available. 2.9 TAPES A. ASJ Tape: White vapor-retarder tape matching factory-applied jacket with acrylic adhesive, complying with ASTM C 1136. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0835. b. Compac Corp.; 104 and 105. c. Ideal Tape Co., Inc., an American Biltrite Company; 428 AWF ASJ. d. Venture Tape; 1540 CW Plus, 1542 CW Plus, and 1542 CW Plus/SQ. 2. Width: 3 inches. 3. Thickness: 11.5 mils. 4. Adhesion: 90 ounces force/inch in width. 5. Elongation: 2 percent. 6. Tensile Strength: 40 Ibf/inch in width. 7. ASJ Tape Disks and Squares: Precut disks or squares of ASJ tape. B. FSK Tape: Foil-face, vapor-retarder tape matching factory-applied jacket with acrylic adhesive; complying with ASTM C 1136. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0827. b. Compac Corp.; 110 and 111. c. Ideal Tape Co., Inc., an American Biltrite Company; 491 AWF FSK. d. Venture Tape; 1525 CW, 1528 CW, and 1528 CW/SQ. 2. Width: 3 inches. 3. Thickness: 6.5 mils. 4. Adhesion: 90 ounces force/inch in width. 5. Elongation: 2 percent. June 16, 2016 HVAC INSULATION 23 0700- 10 Miami Beach Police Department VFD Replacement and VAV Upgrades 6. Tensile Strength: 40 lbf/inch in width. 7. FSK Tape Disks and Squares: Precut disks or squares of FSK tape. C. PVC Tape: White vapor-retarder tape matching field-applied PVC jacket with acrylic adhesive. Suitable for indoor and outdoor applications. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0555. b. Compac Corp.; 130. c. Ideal Tape Co., Inc., an American Biltrite Company; 370 White PVC tape. d. Venture Tape; 1506 CW NS. 2. Width: 2 inches. 3. Thickness: 6 mils. 4. Adhesion: 64 ounces force/inch in width. 5. Elongation: 500 percent. 6. Tensile Strength: 18 Ibf/inch in width. D. Aluminum-Foil Tape: Vapor-retarder tape with acrylic adhesive. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0800. b. Compac Corp.; 120. c. Ideal Tape Co., Inc., an American Biltrite Company; 488 AWF. d. Venture Tape; 3520 CW. 2. Width: 2 inches. 3. Thickness: 3.7 mils. 4. Adhesion: 100 ounces force/inch in width. 5. Elongation: 5 percent. 6. Tensile Strength: 34 Ibf/inch in width. 2.10 CORNER ANGLES A. PVC Corner Angles: 30 milsthick, minimum 1 by 1 inch, PVC according to ASTM D 1784, Class 16354-C. White or color-coded to match adjacent surface. B. Aluminum Corner Angles: 0.040 inchthick, minimum 1 by 1 inch, aluminum according to ASTM B 209, Alloy 3003, 3005, 3105 or 5005; Temper H-14. PART 3- EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation and other conditions affecting performance of insulation application. June 16, 2016 HVAC INSULATION 23 0700- 11 Miami Beach Police Department VFD Replacement and VAV Upgrades 1. Verify that systems and equipment to be insulated have been tested and are free of defects. 2. Verify that surfaces to be insulated are clean and dry. 3. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. B. Surface Preparation: Clean and prepare surfaces to be insulated. Before insulating, apply a corrosion coating to insulated surfaces as follows: 1. Stainless Steel: Coat 300 series stainless steel with epoxy primer 5 milsthick and an epoxy finish 5 milsthick if operating in a temperature range between 140 and 300 deg F. Consult coating manufacturer for appropriate coating materials and application methods for operating temperature range. 2. Carbon Steel: Coat carbon steel operating at a service temperature between 32 and 300 deg F with an epoxy coating. Consult coating manufacturer for appropriate coating materials and application methods for operating temperature range. C. Coordinate insulation installation with the trade installing heat tracing. Comply with requirements for heat tracing that apply to insulation. D. Mix insulating cements with clean potable water; if insulating cements are to be in contact with stainless-steel surfaces, use demineralized water. 3.3 GENERAL INSTALLATION REQUIREMENTS A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of equipment, ducts and fittings, and piping including fittings, valves, and specialties. B. Install insulation materials, forms, vapor barriers or retarders, jackets, and thicknesses required for each item of equipment, duct system, and pipe system as specified in insulation system schedules. C. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state. D. Install insulation with longitudinal seams at top and bottom of horizontal runs. E. Install multiple layers of insulation with longitudinal and end seams staggered. F. Do not weld brackets, clips, or other attachment devices to piping, fittings, and specialties. G. Keep insulation materials dry during application and finishing. H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer. I. Install insulation with least number of joints practical. June 16, 2016 HVAC INSULATION 23 0700 - 12 Miami Beach Police Department VFD Replacement and VAV Upgrades J. Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor-barrier mastic. 1. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on anchor legs from point of attachment to supported item to point of attachment to structure. Taper and seal ends at attachment to structure with vapor-barrier mastic. 3. Install insert materials and install insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulation material manufacturer. 4. Cover inserts with jacket material matching adjacent pipe insulation. Install shields over jacket, arranged to protect jacket from tear or puncture by hanger, support, and shield. K. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses. L. Install insulation with factory-applied jackets as follows: 1. Draw jacket tight and smooth. 2. Cover circumferential joints with 3-inch-wide strips, of same material as insulation jacket. Secure strips with adhesive and outward clinching staples along both edges of strip, spaced 4 inches o.c. 3. Overlap jacket longitudinal seams at least 1-1/2 inches. Install insulation with longitudinal seams at bottom of pipe. Clean and dry surface to receive self-sealing lap. Staple laps with outward clinching staples along edge at 2 inches o.c. a. For below ambient services, apply vapor-barrier mastic over staples. 4. Cover joints and seams with tape as recommended by insulation material manufacturer to maintain vapor seal. 5. Where vapor barriers are indicated, apply vapor-barrier mastic on seams and joints and at ends adjacent to duct and pipe flanges and fittings. M. Cut insulation in a manner to avoid compressing insulation more than 75 percent of its nominal thickness. N. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement. O. Repair damaged insulation facings by applying same facing material over damaged areas. Extend patches at least 4 inchesbeyond damaged areas. Adhere, staple, and seal patches similar to butt joints. P. For above ambient services, do not install insulation to the following: 1. Vibration-control devices. 2. Testing agency labels and stamps. 3. Nameplates and data plates. 4. Manholes. 5. Handholes. 6. Cleanouts. June 16, 2016 HVAC INSULATION 23 0700- 13 Miami Beach Police Department VFD Replacement and VAV Upgrades 3.4 GENERAL PIPE INSULATION INSTALLATION A. Requirements in this article generally apply to all insulation materials except where more specific requirements are specified in various pipe insulation material installation articles. B. Insulation Installation on Fittings, Valves, Strainers, Flanges, and Unions: 1. Install insulation over fittings, valves, strainers, flanges, unions, and other specialties with continuous thermal and vapor-retarder integrity, unless otherwise indicated. 2. Insulate pipe elbows using preformed fitting insulation or mitered fittings made from same material and density as adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with insulating cement finished to a smooth, hard, and uniform contour that is uniform with adjoining pipe insulation. 3. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive. 4. Insulate valves using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to and including the bonnets, valve stuffing-box studs, bolts, and nuts. Fill joints, seams, and irregular surfaces with insulating cement. 5. Insulate strainers using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and irregular surfaces with insulating cement. Insulate strainers so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below ambient services, provide a design that maintains vapor barrier. 6. Insulate flanges and unions using a section of oversized preformed pipe insulation. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter,whichever is thicker. 7. Cover segmented insulated surfaces with a layer of finishing cement and coat with a mastic. Install vapor-barrier mastic for below ambient services and a breather mastic for above ambient services. Reinforce the mastic with fabric-reinforcing mesh. Trowel the mastic to a smooth and well-shaped contour. 8. For services not specified to receive a field-applied jacket except for flexible elastomeric install fitted PVC cover over elbows, tees, strainers, valves, flanges, and unions. Terminate ends with PVC end caps. Tape PVC covers to adjoining insulation facing using PVC tape. 9. Stencil or label the outside insulation jacket of each union with the word "UNION." Match size and color of pipe labels. C. Insulate instrument connections for thermometers, pressure gages, pressure temperature taps, test connections, flow meters, sensors, switches, and transmitters on insulated pipes, vessels, and equipment. Shape insulation at these connections by tapering it to and around the connection with insulating cement and finish with finishing cement, mastic, and flashing sealant. D. Install removable insulation covers at locations indicated. Installation shall conform to the following: June 16, 2016 HVAC INSULATION 23 0700- 14 Miami Beach Police Department VFD Replacement and VAV Upgrades 1. Make removable flange and union insulation from sectional pipe insulation of same thickness as that on adjoining pipe. Install same insulation jacket as adjoining pipe insulation. 2. When flange and union covers are made from sectional pipe insulation, extend insulation from flanges or union long at least two times the insulation thickness over adjacent pipe insulation on each side of flange or union. Secure flange cover in place with stainless- steel or aluminum bands. Select band material compatible with insulation and jacket. 3. Construct removable valve insulation covers in same manner as for flanges except divide the two-part section on the vertical center line of valve body. 4. When covers are made from block insulation, make two halves, each consisting of mitered blocks wired to stainless-steel fabric. Secure this wire frame, with its attached insulation, to flanges with tie wire. Extend insulation at least 2 inchesover adjacent pipe insulation on each side of valve. Fill space between flange or union cover and pipe insulation with insulating cement. Finish cover assembly with insulating cement applied in two coats. After first coat is dry, apply and trowel second coat to a smooth finish. 5. Unless a PVC jacket is indicated in field-applied jacket schedules, finish exposed surfaces with a metal jacket. 3.5 CELLULAR-GLASS INSULATION INSTALLATION A. Insulation Installation on Straight Pipes and Tubes: 1. Secure each layer of insulation to pipe with wire or bands and tighten bands without deforming insulation materials. 2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor-barrier mastic and joint sealant. 3. For insulation with factory-applied jackets on above ambient services, secure laps with outward clinched staples at 6 inches o.c. 4. For insulation with factory-applied jackets on below ambient services, do not staple longitudinal tabs but secure tabs with additional adhesive as recommended by insulation material manufacturer and seal with vapor-barrier mastic and flashing sealant. B. Insulation Installation on Pipe Flanges: 1. Install preformed pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of cellular-glass block insulation of same thickness as pipe insulation. 4. Install jacket material with manufacturer's recommended adhesive, overlap seams at least 1 inch, and seal joints with flashing sealant. C. Insulation Installation on Pipe Fittings and Elbows: 1. Install preformed sections of same material as straight segments of pipe insulation when available. Secure according to manufacturer's written instructions. 2. When preformed sections of insulation are not available, install mitered sections of cellular-glass insulation. Secure insulation materials with wire or bands. D. Insulation Installation on Valves and Pipe Specialties: 1. Install preformed sections of cellular-glass insulation to valve body. June 16, 2016 HVAC INSULATION 23 0700 - 15 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 3. Install insulation to flanges as specified for flange insulation application. 3.6 FLEXIBLE ELASTOMERIC INSULATION INSTALLATION A. Seal longitudinal seams and end joints with manufacturers recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. B. Insulation Installation on Pipe Flanges: 1. Install pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of sheet insulation of same thickness as pipe insulation. 4. Secure insulation to flanges and seal seams with manufacturers recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. C. Insulation Installation on Pipe Fittings and Elbows: 1. Install mitered sections of pipe insulation. 2. Secure insulation materials and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. D. Insulation Installation on Valves and Pipe Specialties: 1. Install preformed valve covers manufactured of same material as pipe insulation when available. 2. When preformed valve covers are not available, install cut sections of pipe and sheet insulation to valve body. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 3. Install insulation to flanges as specified for flange insulation application. 4. Secure insulation to valves and specialties and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. 3.7 MINERAL-FIBER INSULATION INSTALLATION A. Blanket Insulation Installation on Ducts and Plenums: Secure with adhesive and insulation pins. 1. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 100 percent coverage of duct and plenum surfaces. 2. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and transitions. 3. Install either capacitor-discharge-weld pins and speed washers or cupped-head, capacitor-discharge-weld pins on sides and bottom of horizontal ducts and sides of vertical ducts as follows: a. On duct sides with dimensions 18 inches and smaller, place pins along longitudinal centerline of duct. Space 3 inch maximum from insulation end joints, and 16 inches o.c. June 16, 2016 HVAC INSULATION 23 0700- 16 Miami Beach Police Department VFD Replacement and VAV Upgrades b. On duct sides with dimensions larger than 18 inches, place pins 16 inches o.c. each way, and 3 inchesmaximum from insulation joints. Install additional pins to hold insulation tightly against surface at cross bracing. c. Pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d. Do not overcompress insulation during installation. e. Impale insulation over pins and attach speed washers. f. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 4. For ducts and plenums with surface temperatures below ambient, install a continuous unbroken vapor barrier. Create a facing lap for longitudinal seams and end joints with insulation by removing 22 inches from 1 edge and 1 end of insulation segment. Secure laps to adjacent insulation section with 1/2-inch outward-clinching staples, 1 inch o.c. Install vapor barrier consisting of factory- or field-applied jacket, adhesive, vapor-barrier mastic, and sealant at joints, seams, and protrusions. a. Repair punctures, tears, and penetrations with tape or mastic to maintain vapor- barrier seal. b. Install vapor stops for ductwork and plenums operating below 50 deg F at 18-foot intervals. Vapor stops shall consist of vapor-barrier mastic applied in a Z-shaped pattern over insulation face, along butt end of insulation, and over the surface. Cover insulation face and surface to be insulated a width equal to 2 times the insulation thickness but not less than 3 inches. 5. Overlap unfaced blankets a minimum of 2 incheson longitudinal seams and end joints. At end joints, secure with steel bands spaced a maximum of 18 inches o.c. 6. Install insulation on rectangular duct elbows and transitions with a full insulation section for each surface. Install insulation on round and flat-oval duct elbows with individually metered gores cut to fit the elbow. 7. Insulate duct stiffeners, hangers, and flanges that protrude beyond insulation.surface with 6-inch-wide strips of same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with pins spaced 6 incheso.c. B. Board Insulation Installation on Ducts and Plenums: Secure with adhesive and insulation pins. 1. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 100 percent coverage of duct and plenum surfaces. 2. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and transitions. 3. Install either capacitor-discharge-weld pins and speed washers or cupped-head, capacitor-discharge-weld pins on sides and bottom of horizontal ducts and sides of vertical ducts as follows: a. On duct sides with dimensions 18 inches and smaller, place pins along longitudinal centerline of duct. Space 3 inches maximum from insulation end joints, and 16 inches o.c. b. On duct sides with dimensions larger than 18 inches, space pins 16 inches o.c. each way, and 3 inches maximum from insulation joints. Install additional pins to hold insulation tightly against surface at cross bracing. c. Pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d. Do not overcompress insulation during installation. June 16, 2016 HVAC INSULATION 23 0700- 17 Miami Beach Police Department VFD Replacement and VAV Upgrades e. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 4. For ducts and plenums with surface temperatures below ambient, install a continuous unbroken vapor barrier. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches from 1 edge and 1 end of insulation segment. Secure laps to adjacent insulation section with 1/2-inchoutward-clinching staples, 1 incho.c. Install vapor barrier consisting of factory- or field-applied jacket, adhesive, vapor-barrier mastic, and sealant at joints, seams, and protrusions. a. Repair punctures, tears, and penetrations with tape or mastic to maintain vapor- barrier seal. b. Install vapor stops for ductwork and plenums operating below 50 deg F at 18- footintervals. Vapor stops shall consist of vapor-barrier mastic applied in a Z- shaped pattern over insulation face, along butt end of insulation, and over the surface. Cover insulation face and surface to be insulated a width equal to 2 times the insulation thickness but not less than 3 inches. 5. Install insulation on rectangular duct elbows and transitions with a full insulation section for each surface. Groove and score insulation to fit as closely as possible to outside and inside radius of elbows. Install insulation on round and flat-oval duct elbows with individually mitered gores cut to fit the elbow. 6. Insulate duct stiffeners, hangers, and flanges that protrude beyond insulation surface with 6-inch- wide strips of same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with pins spaced 6 inches o.c. 3.8 FIELD-APPLIED JACKET INSTALLATION A. Where glass-cloth jackets are indicated, install directly over bare insulation or insulation with factory-applied jackets. 1. Draw jacket smooth and tight to surface with 2-inch overlap at seams and joints. 2. Embed glass cloth between two 0.062-inch thick coats of lagging adhesive. 3. Completely encapsulate insulation with coating, leaving no exposed insulation. B. Where FSK jackets are indicated, install as follows: 1. Draw jacket material smooth and tight. 2. Install lap or joint strips with same material as jacket. 3. Secure jacket to insulation with manufacturer's recommended adhesive. 4. Install jacket with 1-1/2-inch laps at longitudinal seams and 3-inch wide joint strips at end joints. 5. Seal openings, punctures, and breaks in vapor-retarder jackets and exposed insulation with vapor-barrier mastic. C. Where PVC jackets are indicated, install with 1-inch overlap at longitudinal seams and end joints; for horizontal applications, install with longitudinal seams along top and bottom of tanks and vessels. Seal with manufacturers recommended adhesive. 1. Apply two continuous beads of adhesive to seams and joints, one bead under lap and the finish bead along seam and joint edge. June 16, 2016 HVAC INSULATION 23 0700 - 18 Miami Beach Police Department VFD Replacement and VAV Upgrades D. Where metal jackets are indicated, install with 2-inch overlap at longitudinal seams and end joints. Overlap longitudinal seams arranged to shed water. Seal end joints with weatherproof sealant recommended by insulation manufacturer. Secure jacket with stainless-steel bands 12 inches o.c. and at end joints. 3.9 FINISHES A. Flexible Elastomeric Thermal Insulation: After adhesive has fully cured, apply two coats of insulation manufacturer's recommended protective coating. B. Do not field paint aluminum or stainless-steel jackets. 3.10 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Tests and Inspections: 1. Inspect ductwork, randomly selected by Architect, by removing field-applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to one location(s) for each duct system defined in the "Duct Insulation Schedule, General"Article. 2. Inspect field-insulated equipment, randomly selected by Architect, by removing field- applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to one location(s) for each type of equipment defined in the "Equipment Insulation Schedule" Article. For large equipment, remove only a portion adequate to determine compliance. 3. Inspect pipe, fittings, strainers, and valves, randomly selected by Architect, by removing • field-applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to three locations of straight pipe, three locations of threaded fittings, three locations of welded fittings, two locations of threaded strainers, two locations of welded strainers, three locations of threaded valves, and three locations of flanged valves for each pipe service defined in the"Piping Insulation Schedule, General" Article. C. All insulation applications will be considered defective Work if sample inspection reveals noncompliance with requirements. 3.11 DUCT INSULATION SCHEDULE, GENERAL A. Plenums and Ducts Requiring Insulation: 1. Indoor, exposed supply and outdoor air. 2. Indoor, exposed return located in nonconditioned space. B. Items Not Insulated: 1. Fibrous-glass ducts. 2. Metal ducts with duct liner of sufficient thickness to comply with energy code and ASHRAE/IESNA 90.1. June 16, 2016 HVAC INSULATION 23 0700- 19 Miami Beach Police Department VFD Replacement and VAV Upgrades 3. Factory-insulated flexible ducts. 4. Factory-insulated plenums and casings. 5. Flexible connectors. 6. Vibration-control devices. 7. Factory-insulated access panels and doors. 3.12 INDOOR DUCT AND PLENUM INSULATION SCHEDULE A. Exposed, round and flat-oval, supply-air duct insulation shall be one of the following: 1. Mineral-Fiber Board: 1-1/2 inches thick and 2-lb/cu. ft. nominal density. B. Exposed, round and flat-oval, return-air duct insulation shall be one of the following: 1. Mineral-Fiber Board: 1-1/2 inches thick and 2-lb/cu. ft.nominal density. C. Exposed, round and flat-oval, outdoor-air duct insulation shall be one of the following: 1. Mineral-Fiber Board: 1-1/2 inches thick and 2-lb/cu. ft. nominal density. D. Exposed, rectangular, supply-air duct insulation shall be one of the following: 1. Mineral-Fiber Board: 1-1/2 inches thick and 2-lb/cu. ft.nominal density. E. Exposed, rectangular, return-air duct insulation shall be one of the following: 1. Mineral-Fiber Board: 1-1/2 inchesthick and 2-lb/cu.ft. nominal density. F. Exposed, rectangular, outdoor-air duct insulation shall be one of the following: 1. Mineral-Fiber Board: 1-1/2 inchesthick and 2-lb/cu.ft. nominal density. G. Exposed, supply-air plenum insulation shall be one of the following: 1. Mineral-Fiber Board: 1-1/2 inchesthick and 2-Ib/cu. ft. nominal density. H. Exposed, return-air plenum insulation shall be one of the following: 1. Mineral-Fiber Board: 1-1/2 inches thick and 2-lb/cu. ft. nominal density. 3.13 PIPING INSULATION SCHEDULE, GENERAL A. Acceptable preformed pipe and tubular insulation materials and thicknesses are identified for each piping system and pipe size range. If more than one material is listed for a piping system, selection from materials listed is Contractor's option. June 16, 2016 HVAC INSULATION 23 0700 -20 Miami Beach Police Department VFD Replacement and VAV Upgrades 3.14 INDOOR PIPING INSULATION SCHEDULE A. Condensate and Equipment Drain Water below 60 Deg F: 1. All Pipe Sizes: Insulation shall be one of the following: a. Flexible Elastomeric: 3/4 inch thick. b. Mineral-Fiber, Preformed Pipe Insulation, Type I: 1/2 inch thick. c. Flexible Elastomeric: 1 inch thick. d. Mineral-Fiber, Preformed Pipe, Type I: 1 inch thick. B. Chilled Water Supply and Return, all temperatures: 1. NPS 12 and Smaller: Insulation shall be one of the following: a. Cellular Glass 3.15 INDOOR, FIELD-APPLIED JACKET SCHEDULE A. Install jacket over insulation material. For insulation with factory-applied jacket, install the field- applied jacket over the factory-applied jacket. B. If more than one material is listed, selection from materials listed is Contractor's option. C. Piping, Exposed: 1. None. 2. PVC: 20 mils thick. 3. Aluminum, Corrugated: 0.016 inch thick. END OF SECTION 230700 June 16, 2016 HVAC INSULATION 23 0700 -21 Miami Beach Police Department VFD Replacement and VAV Upgrades SECTION 232923 -VARIABLE-FREQUENCY MOTOR CONTROLLERS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes separately enclosed, pre-assembled, combination VFCs, rated 600 V and less, for speed control of three-phase, squirrel-cage induction motors. 1.3 DEFINITIONS A. BAS: Building automation system. B. CE: Conformite Europeene (European Compliance). C. CPT: Control power transformer. D. . EMI: Electromagnetic interference. E. IGBT: Insulated-gate bipolar transistor. F. LAN: Local area network. G. LED: Light-emitting diode. H. MCP: Motor-circuit protector. I. NC: Normally closed. J. NO: Normally open. K. OCPD: Overcurrent protective device. L. PCC: Point of common coupling. M. PID: Control action, proportional plus integral plus derivative. N. PWM: Pulse-width modulated. O. RFI: Radio-frequency interference. P. TDD: Total demand (harmonic current) distortion. Q. THD(V): Total harmonic voltage demand. June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923 - 1 Miami Beach Police Department VFD Replacement and VAV Upgrades R. VFC: Variable-frequency motor controller. 1.4 SUBMITTALS A. Product Data: For each type and rating of VFC indicated. Include features, performance, electrical ratings, operating characteristics, shipping and operating weights, and furnished specialties and accessories. B. Shop Drawings: For each VFC indicated. Include dimensioned plans, elevations, and sections; and conduit entry locations and sizes, mounting arrangements, and details, including required clearances and service space around equipment. 1. Show tabulations of installed devices, equipment features, and ratings. Include the following: a. Each installed unit's type and details. b. Factory-installed devices. c. Enclosure types and details. d. Nameplate legends. e. Short-circuit current (withstand) rating of enclosed unit. f. Features, characteristics, ratings, and factory settings of each VFC and installed devices. g. Specified modifications. 2. Schematic and Connection Wiring Diagrams: For power, signal, and control wiring. C. Product Certificates: For each VFC, from manufacturer. D. Source,quality-control reports. E. Field quality-control reports. F. Operation and Maintenance Data: For VFCs to include in emergency, operation, and maintenance manuals. 1. Manufacturer's written instructions for testing and adjusting thermal-magnetic circuit breaker and MCP trip settings. 2. Manufacturer's written instructions for setting field-adjustable overload relays. 3. Manufacturer's written instructions for testing, adjusting, and reprogramming microprocessor control modules. 4. Manufacturer's written instructions for setting field-adjustable timers, controls, and status and alarm points. G. Load-Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed and arrange to demonstrate that switch settings for motor-running overload protection suit actual motors to be protected. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923-2 Miami Beach Police Department VFD Replacement and VAV Upgrades 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with NFPA 70. 1.6 DELIVERY, STORAGE, AND HANDLING A. If stored in space that is not permanently enclosed and air conditioned, remove loose packing and flammable materials from inside controllers and install temporary electric heating, with at least 250 W per controller. 1.7 COORDINATION A. Coordinate features of motors, load characteristics, installed units, and accessory devices to be compatible with the following: 1. Torque, speed, and horsepower requirements of the load. 2. Ratings and characteristics of supply circuit and required control sequence. 3. Ambient and environmental conditions of installation location. B. Coordinate sizes and locations of roof curbs, equipment supports, and roof penetrations with actual equipment provided. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace VFCs that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. PART 2- PRODUCTS 2.1 MANUFACTURED UNITS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. ABB. 2. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 3. Siemens Energy &Automation, Inc. 4. Square D; a brand of Schneider Electric. 5. Yaskawa Electric America, Inc; Drives Division. B. General Requirements for VFCs: Comply with NEMA ICS 7, NEMA ICS 61800-2, and UL 508C. June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923- 3 Miami Beach Police Department VFD Replacement and VAV Upgrades C. Application: variable torque. D. VFC Description: Variable-frequency power converter (rectifier, dc bus, and IGBT, PWM inverter) factory packaged in an enclosure, with integral disconnecting means and overcurrent and overload protection; listed and labeled by an NRTL as a complete unit; arranged to provide self-protection, protection, and variable-speed control of one or more three-phase induction motors by adjusting output voltage and frequency. 1. Units suitable for operation of NEMA MG 1, Design A and Design B motors as defined by NEMA MG 1, Section IV, Part 30, "Application Considerations for Constant Speed Motors Used on a Sinusoidal Bus with Harmonic Content and General Purpose Motors Used with Adjustable-Voltage or Adjustable-Frequency Controls or Both." 2. Units suitable for operation of inverter-duty motors as defined by NEMA MG 1, Section IV, Part 31, "Definite-Purpose Inverter-Fed Polyphase Motors." 3. Listed and labeled for integrated short-circuit current (withstand) rating by an NRTL acceptable to authorities having jurisdiction. E. Design and Rating: Match load type, such as fans, blowers, and pumps; and type of connection used between motor and load such as direct or through a power-transmission connection. F. Output Rating: Three-phase; 10 to 60 Hz, with voltage proportional to frequency throughout voltage range; maximum voltage equals input voltage. G. Unit Operating Requirements: 1. Input AC Voltage Tolerance: Plus 10 and minus 10 percent of VFC input voltage rating. 2. Input AC Voltage Unbalance: Not exceeding 3 percent. 3. Input Frequency Tolerance: Plus or minus 3 percent of VFC frequency rating. 4. Minimum Efficiency: 96 percent at 60 Hz,full load. 5. Minimum Displacement Primary-Side Power Factor: 96 percent under any load or speed condition. 6. Minimum Short-Circuit Current(Withstand) Rating: 65kA. 7. Ambient Temperature Rating: Not less than 14 deg F and not exceeding 104 deg F. 8. Ambient Storage Temperature Rating: Not less than minus 4 deg F and not exceeding 140 deg F. 9. Humidity Rating: Less than 95 percent(noncondensing). 10. Altitude Rating: Not exceeding 3300 feet. 11. Vibration Withstand: Comply with IEC 60068-2-6. 12. Overload Capability: 1.1 times the base load current for 60 seconds; minimum of 1.8 times the base load current for three seconds. 13. Starting Torque: Minimum 100 percent of rated torque from 3 to 60 Hz. 14. Speed Regulation: Plus or minus 5 percent. 15. Output Carrier Frequency: Selectable; 0.5 to 15 kHz. 16. Stop Modes: Programmable; includes fast, free-wheel, and dc injection braking. H. Inverter Logic: Microprocessor based, 16 bit, isolated from all power circuits. Isolated Control Interface: Allows VFCs to follow remote-control signal over a minimum 40:1 speed range. 1. Signal: Electrical. 2. Signal: Pneumatic. J. Internal Adjustability Capabilities: June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923-4 Miami Beach Police Department VFD Replacement and VAV Upgrades 1. Minimum Speed: 5 to 25 percent of maximum rpm. 2. Maximum Speed: 80 to 100 percent of maximum rpm. 3. Acceleration: 0.1 to 999.9 seconds. 4. Deceleration: 0.1 to 999.9 seconds. 5. Current Limit: 30 to minimum of 150 percent of maximum rating. K. Self-Protection and Reliability Features: 1. Input transient protection by means of surge suppressors to provide three-phase protection against damage from supply voltage surges 10 percent or more above nominal line voltage. 2. Loss of Input Signal Protection: Selectable response strategy, including speed default to a percent of the most recent speed, a preset speed, or stop; with alarm. 3. Under- and overvoltage trips. 4. Inverter overcurrent trips. 5. VFC and Motor Overload/Overtemperature Protection: Microprocessor-based thermal protection system for monitoring VFCs and motor thermal characteristics, and for providing VFC overtemperature and motor overload alarm and trip; settings selectable via the keypad; NRTL approved. 6. Critical frequency rejection, with three selectable, adjustable deadbands. 7. Instantaneous line-to-line and line-to-ground overcurrent trips. 8. Loss-of-phase protection. 9. Reverse-phase protection. 10. Short-circuit protection. 11. Motor overtemperature fault. L. Automatic Reset/Restart: Attempt three restarts after drive fault or on return of power after an interruption and before shutting down for manual reset or fault correction; adjustable delay time between restart attempts. M. Power-Interruption Protection: To prevent motor from re-energizing after a power interruption until motor has stopped, unless "Bidirectional Autospeed Search" feature is available and engaged. N. Bidirectional Autospeed Search: Capable of starting VFC into rotating loads spinning in either direction and returning motor to set speed in proper direction, without causing damage to drive, motor, or load. O. Torque Boost: Automatically varies starting and continuous torque to at least 1.5 times the minimum torque to ensure high-starting torque and increased torque at slow speeds. P. Motor Temperature Compensation at Slow Speeds: Adjustable current fall-back based on output frequency for temperature protection of self-cooled, fan-ventilated motors at slow speeds. Q. Integral Input Disconnecting Means and OCPD: NEMA AB 1, thermal-magnetic circuit breaker or NEMA KS 1, fusible switch with pad-lockable, door-mounted handle mechanism. 1. Disconnect Rating: Not less than 115 percent of NFPA 70 motor full-load current rating or VFC input current rating, whichever is larger. 2. Auxiliary Contacts: NO/NC, arranged to activate before switch blades open. 3. Auxiliary contacts"a" and "b"arranged to activate with circuit-breaker handle. June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923- 5 Miami Beach Police Department VFD Replacement and VAV Upgrades 2.2 CONTROLS AND INDICATION A. Status Lights: Door-mounted LED indicators displaying the following conditions: 1. Power on. 2. Run. 3. Overvoltage. 4. Fault. 5. Overcurrent. B. Panel-Mounted Operator Station: Manufacturer's standard front-accessible, sealed keypad and plain-English language digital display; allows complete programming, program copying, operating, monitoring, and diagnostic capability. 1. Keypad: In addition to required programming and control keys, include keys for HAND, OFF, and AUTO modes. 2. Security Access: Provide electronic security access to controls through identification and password with at least three levels of access: View only; view and operate; and view, operate, and service. a. Control Authority: Supports at least four conditions: Off, local manual control at VFC, local automatic control at VFC, and automatic control through a remote source. C. Historical Logging Information and Displays: 1. Real-time clock with current time and date. 2. Running log of total power versus time. 3. Total run time. 4. Fault log, maintaining last four faults with time and date stamp for each. D. Indicating Devices: Digital display mounted flush in VFC door and connected to display VFC parameters including, but not limited to: 1. Output frequency(Hz). 2. Motor speed (rpm). 3. Motor status (running, stop,fault). 4. Motor current(amperes). 5. Motor torque (percent). 6. Fault or alarming status(code). 7. PID feedback signal (percent). 8. DC-link voltage(V dc). 9. Set point frequency(Hz). 10. Motor output voltage (V ac). E. Control Signal Interfaces: 1. Electric Input Signal Interface: a. A minimum of two programmable analog inputs: 0- to 10-V dc or 4- to 20-mA dc coordinate input approved BAS system. b. A minimum of six multifunction programmable digital inputs. 2. Remote Signal Inputs: Capability to accept any of the following speed-setting input signals from the BAS or other control systems: June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923 -6 Miami Beach Police Department VFD Replacement and VAV Upgrades a. 0-to 10-V dc. b. 4-to 20-mA dc. c. Potentiometer using up/down digital inputs. d. Fixed frequencies using digital inputs. 3. Output Signal Interface: A minimum of one programmable analog output signal(s) 0- to 10-V dcv or 4-to 20-mA dc, which can be configured for any of the following: a. Output frequency(Hz). b. Output current(load). c. DC-link voltage(V dc). d. Motor torque(percent). e. Motor speed (rpm). f. Set point frequency(Hz). 4. Remote Indication Interface: A minimum of two programmable dry-circuit relay outputs (120-V ac, 1 A)for remote indication of the following: a. Motor running. b. Set point speed reached. c. Fault and warning indication (overtemperature or overcurrent). d. PID high-or low-speed limits reached. F. PID Control Interface: Provides closed-loop set point, differential feedback control in response to dual feedback signals. Allows for closed-loop control of fans and pumps for pressure,flow, or temperature regulation. 1. Number of Loops: Two. G. BAS Interface: Factory-installed hardware and software to enable the BAS to monitor, control, and display VFC status and alarms and energy usage. Allows VFC to be used with an external system within a multidrop LAN configuration; settings retained within VFC's nonvolatile memory. 1. Network Communications Ports: Ethernet and RS-422/485. 2. Embedded BAS Protocols for Network Communications: ASHRAE 135 BACnet protocols accessible via the communications ports. 2.3 LINE CONDITIONING AND FILTERING A. Input Line Conditioning: Provide minimum 3%input reactance. B. EMI/RFI Filtering: CE marked; certify compliance with IEC 61800-3 for Category C2. 2.4 BYPASS SYSTEMS A. Bypass Operation: Safely transfers motor between power converter output and bypass circuit, manually, automatically, or both. Selector switches set modes and indicator lights indicate mode selected. Unit is capable of stable operation (starting, stopping, and running) with motor completely disconnected from power converter. June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923-7 Miami Beach Police Department VFD Replacement and VAV Upgrades B. Bypass Mode: Manual operation only; requires local operator selection at VFC. Transfer between power converter and bypass contactor and retransfer shall only be allowed with the motor at zero speed. C. Bypass Controller: Three-contactor-style bypass allows motor operation via the power converter or the bypass controller; with input isolating switch and barrier arranged to isolate the power converter input and output and permit safe testing and troubleshooting of the power converter, both energized and de-energized, while motor is operating in bypass mode. 1. Bypass Contactor: Load-break, NEMA-rated contactor. 2. Input and Output Isolating Contactors: Non-load-break, NEMA-rated contactors. 3. Isolating Switch: Non-load-break switch arranged to isolate power converter and permit safe troubleshooting and testing of the power converter, both energized and de- energized, while motor is operating in bypass mode; pad-lockable, door-mounted handle mechanism. D. Bypass Contactor Configuration: Full-voltage (across-the-line)type. 1. NORMAL/BYPASS selector switch. 2. HAND/OFF/AUTO selector switch. 3. NORMAL/TEST Selector Switch: Allows testing and adjusting of VFC while the motor is running in the bypass mode. 4. Contactor Coils: Pressure-encapsulated type. a. Operating Voltage: Depending on contactor NEMA size and line-voltage rating, manufacturer's standard matching control power or line voltage. b. Power Contacts: Totally enclosed, double break, and silver-cadmium oxide; assembled to allow inspection and replacement without disturbing line or load wiring. 5. Control Circuits: 120-V ac; obtained from [integral CPT, with primary and secondary fuses, with of sufficient capacity to operate all integral devices and remotely located pilot, indicating, and control devices. a. CPT Spare Capacity: 50 VA. 6. Overload Relays: NEMA ICS 2. a. Solid-State Overload Relays: 1) Switch or dial selectable for motor-running overload protection. 2) Sensors in each phase. 3) Class 20 tripping characteristic selected to protect motor against voltage and current unbalance and single phasing. 4) Class II ground-fault protection, with start and run delays to prevent nuisance trip on starting. 5) Analog communication module. b. NO isolated overload alarm contact. c. External overload reset push button. June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923-8 Miami Beach Police Department VFD Replacement and VAV Upgrades 2.5 OPTIONAL FEATURES A. Damper control circuit with end of travel feedback capability. B. Sleep Function: Senses a minimal deviation of a feedback signal and stops the motor. On an increase in speed-command signal deviation, VFC resumes normal operation. C. Motor Preheat Function: Preheats motor when idle to prevent moisture accumulation in the motor. D. Remote Indicating Circuit Terminals: Mode selection, controller status, and controller fault. E. Communication Port: RS-232 port, USB 2.0 port, or equivalent connection capable of connecting a printer and a notebook computer. 2.6 ENCLOSURES A. VFC Enclosures: NEMA 250, to comply with environmental conditions at installed location. 1. Dry and Clean Indoor Locations: Type 1. 2. Outdoor Locations: Type 3R. 3. Other Wet or Damp Indoor Locations: Type 4. 4. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: Type 12, including repair bays and mezzanines over the bays. 2.7 ACCESSORIES A. General Requirements for Control-Circuit and Pilot Devices: NEMA ICS 5; factory installed in VFC enclosure cover unless otherwise indicated. 1. Push Buttons, Pilot Lights, and Selector Switches: Heavy-duty type. a. Push Buttons: Recessed types; momentary. b. Pilot Lights: LED. c. Selector Switches: Rotary type. B. NO bypass contactor auxiliary contact(s). C. Control Relays: Auxiliary and adjustable solid-state time-delay relays. D. Phase-Failure, Phase-Reversal, and Undervoltage and Overvoltage Relays: Solid-state sensing circuit with isolated output contacts for hard-wired connections. Provide adjustable undervoltage, overvoltage, and time-delay settings. 1. Current Transformers: Continuous current rating, basic impulse insulating level (BIL) rating, burden, and accuracy class suitable for connected circuitry. Comply with IEEE C57.13. E. Breather and drain assemblies, to maintain interior pressure and release condensation in NEMA 250, Type 4X enclosures installed outdoors or in unconditioned interior spaces subject to humidity and temperature swings. June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923 -9 Miami Beach Police Department VFD Replacement and VAV Upgrades F. Space heaters, with NC auxiliary contacts, to mitigate condensation in NEMA 250, Type 4X enclosures installed outdoors or in unconditioned interior spaces subject to humidity and temperature swings. G. Cooling Fan and Exhaust System: For NEMA 250, Type 12; UL 508 component recognized: Supply fan, with stainless steel intake and exhaust grills; 120 -V ac; obtained from integral CPT. H. Sun shields installed on fronts, sides, and tops of enclosures installed outdoors and subject to direct and extended sun exposure. I. Spare control-wiring terminal blocks; wired. 2.8 SOURCE QUALITY CONTROL A. Testing: Test and inspect VFCs according to requirements in NEMA ICS 61800-2. 1. Test each VFC while connected to a motor that is comparable to that for which the VFC is rated. 2. Verification of Performance: Rate VFCs according to operation of functions and features specified. B. VFCs will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. PART 3- EXECUTION 3.1 EXAMINATION A. Examine areas, surfaces, and substrates to receive VFCs, with Installer present, for compliance with requirements for installation tolerances, and other conditions affecting performance. B. Examine VFC before installation. Reject VFCs that are wet, moisture damaged, or mold damaged. C. Examine roughing-in for conduit systems to verify actual locations of conduit connections before VFC installation. D. Proceed with installation only after unsatisfactory conditions have been corrected. E. Prepare a harmonic analysis study and report complying with IEEE 399 and NETA Acceptance Testing Specification. 3.2 INSTALLATION A. Coordinate layout and installation of VFCs with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923- 10 Miami Beach Police Department VFD Replacement and VAV Upgrades B. Wall-Mounting Controllers: Install VFCs on walls with tops at uniform height and with disconnect operating handles not higher than 79 inches above finished floor unless otherwise indicated, and by bolting units to wall or mounting on lightweight structural-steel channels bolted to wall. For controllers not on walls, provide freestanding racks complying with Division 26 Section "Hangers and Supports for Electrical Systems." C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D. Install fuses in each fusible-switch VFC. E. Install fuses in control circuits if not factory installed. Comply with requirements in Division 26 Section "Fuses." F. Install, connect, and fuse thermal-protector monitoring relays furnished with motor-driven equipment. G. Comply with NECA 1. 3.3 CONTROL WIRING INSTALLATION A. Install wiring between VFCs and remote devices and BAS system. Comply with requirements in Division 26 Section "Control-Voltage Electrical Power Cables." B. Bundle, train, and support wiring in enclosures. C. Connect selector switches and other automatic control devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic control devices that have no safety functions when switches are in manual-control position. 2. Connect selector switches with control circuit in both manual and automatic positions for safety-type control devices such as low- and high-pressure cutouts, high-temperature cutouts, and motor overload protectors. 3.4 FIELD QUALITY CONTROL A. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. B. Acceptance Testing Preparation: 1. Test insulation resistance for each VFC element, bus, and component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1. Inspect VFC, wiring, components, connections, and equipment installation. Test and adjust controllers, components, and equipment. June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923 - 11 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. Test insulation resistance for each VFC element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at VFC locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform each electrical test and visual and mechanical inspection stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 8. Perform the following infrared (thermographic) scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each VFC. Remove front panels so joints and connections are accessible to portable scanner. b. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 9. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. D. VFCs will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies the VFC and describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations made after remedial action. 3.5 STARTUP SERVICE A. Engage a factory-authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 3.6 ADJUSTING A. Program microprocessors for required operational sequences, status indications, alarms, event recording, and display features. Clear events memory after final acceptance testing and prior to Substantial Completion. B. Set field-adjustable switches, auxiliary relays, time-delay relays, timers, and overload-relay pickup and trip ranges. C. Adjust the trip settings of MCPs and thermal-magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to six times the motor nameplate full-load amperes and attempt to start motors several times, allowing for motor cool-down between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed eight times the motor full-load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Owner before increasing settings. June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923 - 12 Miami Beach Police Department VFD Replacement and VAV Upgrades D. Set field-adjustable circuit-breaker trip ranges E. Set field-adjustable pressure switches. 3.7 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until controllers are ready to be energized and placed into service. B. Replace VFCs whose interiors have been exposed to water or other liquids prior to Substantial Completion. 3.8 DEMONSTRATION A. Train Owner's maintenance personnel to adjust, operate, reprogram, and maintain VFCs. END OF SECTION 262923 June 16, 2016 VARIABLE FREQUENCY MOTOR CONTROLLERS 23 2923- 13 Miami Beach Police Department VFD Replacement and VAV Upgrades SECTION 23 3113 METAL DUCTS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Single-wall rectangular ducts and fittings. 2. Single-wall round ducts and fittings. 3. Sheet metal materials. 4. Duct liner. 5. Sealants and gaskets. 6. Hangers and supports. B. Related Sections: 1. Division 23 Section "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting, and balancing requirements for metal ducts. 2. Division 23 Section "Nonmetal Ducts" for fibrous-glass ducts, thermoset fiber-reinforced plastic ducts, thermoplastic ducts, PVC ducts, and concrete ducts. 3. Division 23 Section "Air Duct Accessories" for dampers, sound-control devices, duct- mounting access doors and panels, turning vanes, and flexible ducts. 1.2 PERFORMANCE REQUIREMENTS A. Delegated Duct Design: Duct construction, including sheet metal thicknesses, seam and joint construction, reinforcements, and hangers and supports, shall comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" and performance requirements and design criteria indicated in "Duct Schedule"Article. B. Structural Performance: Duct hangers and supports shall withstand the effects of gravity loads and stresses within limits and under conditions described in SMACNA's "HVAC Duct Construction Standards- Metal and Flexible" C. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1. 1.3 ACTION SUBMITTALS A. Product Data: For each type of the following products: 1. Liners and adhesives. 2. Sealants and gaskets. B. Delegated-Design Submittal: 1. Sheet metal thicknesses. 2. Joint and seam construction and sealing. 3. Reinforcement details and spacing. June 16, 2016 METAL DUCTS 23 3113-1 Miami Beach Police Department VFD Replacement and VAV Upgrades 4. Materials, fabrication, assembly, and spacing of hangers and supports. 5. Design Calculations: Calculations for selecting hangers and supports. PART 2- PRODUCTS 2.1 SINGLE-WALL RECTANGULAR DUCTS AND FITTINGS A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" based on indicated static-pressure class unless otherwise indicated. 2.2 SINGLE-WALL ROUND DUCTS AND FITTINGS A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 3, "Round, Oval, and Flexible Duct," based on indicated static-pressure class unless otherwise indicated. 1. Manufacturers: Subject to compliance with requirements, : a. Lindab Inc. b. McGill AirFlow LLC. c. SEMCO Incorporated. d. Sheet Metal Connectors, Inc. e. Spiral Manufacturing Co., Inc. B. Flat-Oval Ducts: Indicated dimensions are the duct width (major dimension) and diameter of the round sides connecting the flat portions of the duct(minor dimension). 2.3 SHEET METAL MATERIALS A. General Material Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections. B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M. C. Carbon-Steel Sheets: Comply with ASTM A 1008/A 1008M, with oiled, matte finish for exposed ducts. D. Stainless-Steel Sheets: Comply with ASTM A 480/A 480M, Type 304 or 316, as indicated in the "Duct Schedule" Article; cold rolled, annealed, sheet. Exposed surface finish shall be No. 2B, No. 2D, No. 3, or No. 4 as indicated in the"Duct Schedule"Article. E. Aluminum Sheets: Comply with ASTM B 209 (ASTM B 209M)Alloy 3003, H14 temper; with mill finish for concealed ducts, and standard, one-side bright finish for duct surfaces exposed to view. F. Factory-or Shop-Applied Antimicrobial Coating: June 16, 2016 METAL DUCTS 23 3113-2 Miami Beach Police Department VFD Replacement and VAV Upgrades 1. Apply to the surface of sheet metal that will form the interior surface of the duct. An untreated clear coating shall be applied to the exterior surface. 2. Antimicrobial compound shall be tested for efficacy by an NRTL and registered by the EPA for use in HVAC systems. 3. Coating containing the antimicrobial compound shall have a hardness of 2H, minimum, when tested according to ASTM D 3363. 4. Surface-Burning Characteristics: Maximum flame-spread index of 25 and maximum smoke-developed index of 50 when tested according to UL 723; certified by an NRTL. 5. Shop-Applied Coating Color: . 6. Antimicrobial coating on sheet metal is not required for duct containing liner treated with antimicrobial coating. G. Reinforcement Shapes and Plates: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized. 1. Where black- and galvanized-steel shapes and plates are used to reinforce aluminum ducts, isolate the different metals with butyl rubber, neoprene, or EPDM gasket materials. H. Tie Rods: Galvanized steel, 1/4-inch (6-mm)minimum diameter for lengths 36 inches(900 mm) or less; 3/8-inch (10-mm)minimum diameter for lengths longer than 36 inches(900 mm). 2.4 DUCT LINER A. Fibrous-Glass Duct Liner: Comply with ASTM C 1071, NFPA 90A, or NFPA 90B; and with NAI MA AH 124, "Fibrous Glass Duct Liner Standard." 1. Manufacturers: Subject to compliance with requirements, : 2. Basis-of-Design Product: Subject to compliance with requirements, provide or comparable product by one of the following: a. CertainTeed Corporation; Insulation Group. b. Johns Manville. c. Knauf Insulation. d. Owens Corning. e. Maximum Thermal Conductivity: 1) Type I, Flexible: at 75 deg F(24 deg C)mean temperature. 2) Type II, Rigid: at 75 deg F (24 deg C)mean temperature. 3. Antimicrobial Erosion-Resistant Coating: Apply to the surface of the liner that will form the interior surface of the duct to act as a moisture repellent and erosion-resistant coating. Antimicrobial compound shall be tested for efficacy by an NRTL and registered by the EPA for use in HVAC systems. 4. -Based Liner Adhesive: Comply with NFPA 90A or NFPA 90B and with ASTM C 916. a. For indoor applications, adhesive shall have a VOC content of 80 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). ASTM C916 Type II; Foster 85-65 or Childers CP-127 or approved equal. b. Adhesive shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." June 16, 2016 METAL DUCTS 23 3113-3 Miami Beach Police Department VFD Replacement and VAV Upgrades B. Flexible Elastomeric Duct Liner: Preformed, cellular, closed-cell, sheet materials complying with ASTM C 534, Type II, Grade 1; and with NFPA 90A or NFPA 90B. 1. Manufacturers: Subject to compliance with requirements, : 2. Basis-of-Design Product: Subject to compliance with requirements, provide or comparable product by one of the following: a. Aeroflex USA Inc. b. Armacell LLC. c. Rubatex International, LLC 3. Surface-Burning Characteristics: Maximum flame-spread index of 25 and maximum smoke-developed index of 50 when tested according to UL 723; certified by an NRTL. 4. Liner Adhesive: As recommended by insulation manufacturer and complying with NFPA 90A or NFPA 90B. a. For indoor applications, adhesive shall have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). b. Adhesive shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." C. Insulation Pins and Washers: 1. Cupped-Head, Capacitor-Discharge-Weld Pins: Copper- or zinc-coated steel pin, fully annealed for capacitor-discharge welding, diameter shank, length to suit depth of insulation indicated with integral 1-1/2-inch (38-mm)galvanized carbon-steel washer. 2. Insulation-Retaining Washers: Self-locking washers formed from 0.016-inch- (0.41-mm) thick ; with beveled edge sized as required to hold insulation securely in place but not less than 1-1/2 inches(38 mm) in diameter. D. Shop Application of Duct Liner: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 7-11, "Flexible Duct Liner Installation." 1. Adhere a single layer of indicated thickness of duct liner with at least 90 percent adhesive coverage at liner contact surface area. Attaining indicated thickness with multiple layers of duct liner is prohibited. 2. Apply adhesive to transverse edges of liner facing upstream that do not receive metal nosing. 3. Butt transverse joints without gaps, and coat joint with adhesive. 4. Fold and compress liner in corners of rectangular ducts or cut and fit to ensure butted- edge overlapping. 5. Do not apply liner in rectangular ducts with longitudinal joints, except at corners of ducts, unless duct size and dimensions of standard liner make longitudinal joints necessary. 6. Apply adhesive coating on longitudinal seams in ducts with air velocity of 2500 fpm (12.7 m/s). 7. Secure liner with mechanical fasteners 4 inches (100 mm) from corners and at intervals not exceeding 12 inches (300 mm) transversely; at 3 inches (75 mm) from transverse joints and at intervals not exceeding 18 inches(450 mm)longitudinally. 8. Secure transversely oriented liner edges facing the airstream with metal nosings that have either channel or"Z" profiles or are integrally formed from duct wall. Fabricate edge facings at the following locations: a. Fan discharges. June 16, 2016 METAL DUCTS 23 3113-4 Miami Beach Police Department VFD Replacement and VAV Upgrades b. Intervals of lined duct preceding unlined duct. c. Upstream edges of transverse joints in ducts where air velocities are higher than 2500 fpm (12.7 m/s)or where indicated. 9. Secure insulation between perforated sheet metal inner duct of same thickness as specified for outer shell. Use mechanical fasteners that maintain inner duct at uniform distance from outer shell without compressing insulation. a. Sheet Metal Inner Duct Perforations: 3/32-inch (2.4-mm) diameter, with an overall open area of 23 percent. 10. Terminate inner ducts with buildouts attached to fire-damper sleeves, dampers, turning vane assemblies, or other devices. Fabricated buildouts (metal hat sections) or other buildout means are optional; when used, secure buildouts to duct walls with bolts, screws, rivets, or welds. 2.5 SEALANT AND GASKETS A. General Sealant and Gasket Requirements: Surface-burning characteristics for sealants and gaskets shall be a maximum flame-spread index of 25 and a maximum smoke-developed index of 50 when tested according to UL 723; certified by an NRTL. B. Two-Part Tape Sealing System: 1. Tape: Woven cotton fiber impregnated with mineral gypsum and modified acrylic/silicone activator to react exothermically with tape to form hard, durable, airtight seal. 2. Tape Width: . 3. Sealant: Modified styrene acrylic. 4. Water resistant. 5. Mold and mildew resistant. 6. Maximum Static-Pressure Class: 10-inch wg (2500 Pa), positive and negative. 7. Service: Indoor and outdoor. 8. Service Temperature: Minus 40 to plus 200 deg F(Minus 40 to plus 93 deg C). 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless steel, or aluminum. 10. For indoor applications, sealant shall have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 11. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." C. Water-Based Joint and Seam Sealant: 1. Application Method: Brush on. 2. Solids Content: Minimum 65 percent. 3. Shore A Hardness: Minimum 20. 4. Water resistant. 5. Mold and mildew resistant. 6. VOC: Maximum 75 g/L(less water). 7. Maximum Static-Pressure Class: 10-inch wg (2500 Pa), positive and negative. 8. Service: Indoor or outdoor. 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless steel, or aluminum sheets. 10. Products: Foster 32-19 (VOC: 24 g/I), Childers CP-146 (VOC:24 g/I), or approved equal. June 16, 2016 METAL DUCTS 23 3113-5 Miami Beach Police Department VFD Replacement and VAV Upgrades D. Solvent-Based Joint and Seam Sealant: 1. Application Method: Brush on. 2. Base: Synthetic rubber resin. 3. Solvent: Toluene and heptane. 4. Solids Content: Minimum 60 percent. 5. Shore A Hardness: Minimum 60. 6. Water resistant. 7. Mold and mildew resistant. 8. For indoor applications, sealant shall have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D(EPA Method 24). 9. VOC: Maximum 395 g/L. 10. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 11. Maximum Static-Pressure Class: 10-inch wg (2500 Pa), positive or negative. 12. Service: Indoor or outdoor. 13. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless steel, or aluminum sheets. 14. Products: Foster 32-14, Childers CP-140, or approved equal. E. Flanged Joint Sealant: Comply with ASTM C 920. 1. General: Single-component, acid-curing, silicone, elastomeric. 2. Type: S. 3. Grade: NS. 4. Class: 25. 5. Use: O. 6. For indoor applications, sealant shall have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D(EPA Method 24). 7. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." F. Flange Gaskets: Butyl rubber, neoprene, or EPDM polymer with polyisobutylene plasticizer. G. Round Duct Joint 0-Ring Seals: 1. Seal shall provide maximum leakage class of 3 cfm/100 sq. ft. at 1-inch wg (0.14 Lis per sq. m at 250 Pa) and shall be rated for 10-inch wg (2500-Pa) static-pressure class, positive or negative. 2. EPDM 0-ring to seal in concave bead in coupling or fitting spigot. 3. Double-lipped, EPDM 0-ring seal, mechanically fastened to factory-fabricated couplings and fitting spigots. 2.6 HANGERS AND SUPPORTS A. Hanger Rods for Noncorrosive Environments: Cadmium-plated steel rods and nuts. B. Hanger Rods for Corrosive Environments: Electrogalvanized, all-thread rods or galvanized rods with threads painted with zinc-chromate primer after installation. June 16, 2016 METAL DUCTS 23 3113-6 Miami Beach Police Department VFD Replacement and VAV Upgrades C. Strap and Rod Sizes: Comply with SMACNA's"HVAC Duct Construction Standards- Metal and Flexible," Table 5-1 (Table 5-1 M), "Rectangular Duct Hangers Minimum Size," and Table 5-2, "Minimum Hanger Sizes for Round Duct." D. Steel Cables for Galvanized-Steel Ducts: Galvanized steel complying with ASTM A 603. E. Steel Cables for Stainless-Steel Ducts: Stainless steel complying with ASTM A 492. F. Steel Cable End Connections: Cadmium-plated steel assemblies with brackets, swivel, and bolts designed for duct hanger service; with an automatic-locking and clamping device. G. Duct Attachments: Sheet metal screws, blind rivets, or self-tapping metal screws; compatible with duct materials. H. Trapeze and Riser Supports: 1. Supports for Galvanized-Steel Ducts: Galvanized-steel shapes and plates. 2. Supports for Stainless-Steel Ducts: Stainless-steel shapes and plates. 3. Supports for Aluminum Ducts: Aluminum or galvanized steel coated with zinc chromate. PART 3- EXECUTION 3.1 DUCT SEALING A. Seal ducts for duct static-pressure, seal classes, and leakage classes specified in "Duct Schedule" Article according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." B. Seal ducts to the following seal classes according to SMACNA's "HVAC Duct Construction Standards- Metal and Flexible": 1. Comply with SMACNA's "HVAC Duct Construction Standards-Metal and Flexible." 2. Outdoor, Supply-Air Ducts: Seal Class A. 3. Outdoor, Exhaust Ducts: Seal Class C. 4. Outdoor, Return-Air Ducts: Seal Class C. 5. Unconditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg (500 Pa) and Lower: Seal Class B. 6. Unconditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch wg (500 Pa): Seal Class A. 7. Unconditioned Space, Exhaust Ducts: Seal Class C. 8. Unconditioned Space, Return-Air Ducts: Seal Class B. 9. Conditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg (500 Pa)and Lower: Seal Class C. 10. Conditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch wg (500 Pa): Seal Class B. 11. Conditioned Space, Exhaust Ducts: Seal Class B. 12. Conditioned Space, Return-Air Ducts: Seal Class C. 3.2 HANGER AND SUPPORT INSTALLATION A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 5, "Hangers and Supports." June 16, 2016 METAL DUCTS 23 3113-7 Miami Beach Police Department VFD Replacement and VAV Upgrades B. Building Attachments: Concrete inserts, powder-actuated fasteners, or structural-steel fasteners appropriate for construction materials to which hangers are being attached. 1. Where practical, install concrete inserts before placing concrete. 2. Install powder-actuated concrete fasteners after concrete is placed and completely cured. 3. Use powder-actuated concrete fasteners for standard-weight aggregate concretes or for slabs more than 4 inches(100 mm)thick. 4. Do not use powder-actuated concrete fasteners for lightweight-aggregate concretes or for slabs less than 4 inches(100 mm)thick. 5. Do not use powder-actuated concrete fasteners for seismic restraints. C. Hanger Spacing: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 5-1 (Table 5-1M), "Rectangular Duct Hangers Minimum Size," and Table 5-2, "Minimum Hanger Sizes for Round Duct," for maximum hanger spacing; install hangers and supports within 24 inches (610 mm) of each elbow and within 48 inches (1200 mm) of each branch intersection. D. Hangers Exposed to View: Threaded rod and angle or channel supports. E. Support vertical ducts with steel angles or channel secured to the sides of the duct with welds, bolts, sheet metal screws, or blind rivets; support at each floor and at a maximum intervals of 16 feet (5 m). F. Install upper attachments to structures. Select and size upper attachments with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. 3.3 CONNECTIONS A. Make connections to equipment with flexible connectors complying with Division 23 Section "Air Duct Accessories." B. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for branch, outlet and inlet, and terminal unit connections. 3.4 PAINTING A. Paint interior of metal ducts that are visible through registers and grilles and that do not have duct liner. Apply one coat of flat, black, latex paint over a compatible galvanized-steel primer. Paint materials and application requirements are specified in Division 09 painting Sections. 3.5 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Leakage Tests: 1. Comply with SMACNA's "HVAC Air Duct Leakage Test Manual." Submit a test report for each test. 2. Test the following systems: June 16, 2016 METAL DUCTS 23 3113-8 Miami Beach Police Department VFD Replacement and VAV Upgrades a. Ducts with a Pressure Class Higher Than 3-Inch wg (750 Pa): Test representative duct sections totaling no less than 25 percent of total installed duct area for each designated pressure class. b. Supply Ducts with a Pressure Class of or Higher: Test representative duct sections totaling no less than percent of total installed duct area for each designated pressure class. c. Return Ducts with a Pressure Class of or Higher: Test representative duct sections totaling no less than percent of total installed duct area for each designated pressure class. d. Exhaust Ducts with a Pressure Class of or Higher: Test representative duct sections totaling no less than percent of total installed duct area for each designated pressure class. e. Outdoor Air Ducts with a Pressure Class of or Higher: Test representative duct sections totaling no less than percent of total installed duct area for each designated pressure class. 3. Disassemble, reassemble, and seal segments of systems to accommodate leakage testing and for compliance with test requirements. 4. Test for leaks before applying external insulation. 5. Conduct tests at static pressures equal to maximum design pressure of system or section being tested. If static-pressure classes are not indicated, test system at maximum system design pressure. Do not pressurize systems above maximum design operating pressure. 6. Give days'advance notice for testing. C. Duct System Cleanliness Tests: 1. Visually inspect duct system to ensure that no visible contaminants are present. 2. Test sections of metal duct system, chosen randomly by Owner, for cleanliness according to "Vacuum Test" in NADCA ACR, "Assessment, Cleaning and Restoration of HVAC Systems." a. Acceptable Cleanliness Level: Net weight of debris collected on the filter media shall not exceed 0.75 mg/100 sq. cm. D. Duct system will be considered defective if it does not pass tests and inspections. E. Prepare test and inspection reports. 3.6 DUCT SCHEDULE A. Supply Ducts: 1. Ducts Connected to Fan Coil Units a. Pressure Class: Positive 2"ESP. 2. Ducts Connected to Constant-Volume Air-Handling Units : a. Pressure Class: Positive 2"ESP. 3. Ducts Connected to Variable-Air-Volume Air-Handling Units : a. Pressure Class: Positive 3" ESP . June 16, 2016 METAL DUCTS 23 3113-9 Miami Beach Police Department VFD Replacement and VAV Upgrades B. Return Ducts: 1. Ducts Connected to Fan Coil Units, Furnaces, Heat Pumps, and Terminal Units : a. Pressure Class: Positive or negative 2"ESP . 2. Ducts Connected to Air-Handling Units : a. Pressure Class: Positive or negative 2"ESP . C. Outdoor-Air(Not Filtered, Heated, or Cooled) Ducts: 1. Ducts Connected to Fan Coil Units, a. Pressure Class: Positive or negative 2" ESP . 2. Ducts Connected to Air-Handling Units : a. Pressure Class: Positive or negative 2" ESP . D. Elbow Configuration: 1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-2, "Rectangular Elbows." a. Velocity 1000 fpm (5 m/s) or Lower: 1) Radius Type RE 1 with minimum 0.5 radius-to-diameter ratio. 2) Mitered Type RE 4 without vanes. b. Velocity 1000 to 1500 fpm (5 to 7.6 m/s): 1) Radius Type RE 1 with minimum 1.0 radius-to-diameter ratio. 2) Radius Type RE 3 with minimum 0.5 radius-to-diameter ratio and two vanes. 3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows." c. Velocity 1500 fpm (7.6 m/s)or Higher: 1) Radius Type RE 1 with minimum 1.5 radius-to-diameter ratio. 2) Radius Type RE 3 with minimum 1.0 radius-to-diameter ratio and two vanes. 3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows." 2. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-2, "Rectangular Elbows." a. Radius Type RE 1 with minimum 1.5 radius-to-diameter ratio. b. Radius Type RE 3 with minimum 1.0 radius-to-diameter ratio and two vanes. c. Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows." June 16, 2016 METAL DUCTS 23 3113-10 Miami Beach Police Department VFD Replacement and VAV Upgrades 3. Round Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-4, "Round Duct Elbows." a. Minimum Radius-to-Diameter Ratio and Elbow Segments: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 3-1, "Mitered Elbows." Elbows with less than 90-degree change of direction have proportionately fewer segments. 1) Velocity 1000 fpm (5 m/s) or Lower: 0.5 radius-to-diameter ratio and three segments for 90-degree elbow. 2) Velocity 1000 to 1500 fpm (5 to 7.6 m/s): 1.0 radius-to-diameter ratio and four segments for 90-degree elbow. 3) Velocity 1500 fpm (7.6 m/s) or Higher: 1.5 radius-to-diameter ratio and five segments for 90-degree elbow. 4) Radius-to Diameter Ratio: 1.5. b. Round Elbows, and Smaller in Diameter: Stamped or pleated. c. Round Elbows, and Larger in Diameter: . E. Branch Configuration: 1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-6, "Branch Connection." a. Rectangular Main to Rectangular Branch: 45-degree entry. b. Rectangular Main to Round Branch: Spin in. 2. Round and Flat Oval: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-5, "90 Degree Tees and Laterals," and Figure 3-6, "Conical Tees." Saddle taps are permitted in existing duct. a. Velocity 1000 fpm (5 m/s)or Lower: 90-degree tap. b. Velocity 1000 to 1500 fpm (5 to 7.6 m/s): Conical tap. c. Velocity 1500 fpm (7.6 m/s)or Higher: 45-degree lateral. END OF SECTION 23 3113 June 16, 2016 METAL DUCTS 23 3113-11 Miami Beach Police Department VFD Replacement and VAV Upgrades SECTION 233300-AIR DUCT ACCESSORIES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Backdraft and pressure relief dampers. 2. Manual volume dampers. 3. Turning vanes. 4. Duct-mounted access doors. 5. Flexible connectors. 6. Flexible ducts. 1.3 SUBMITTALS A. Product Data: For each type of product indicated in Summary paragraph. B. Coordination Drawings: Reflected ceiling plans, drawn to scale, on which ceiling-mounted access panels and access doors required for access to duct accessories are shown and coordinated with each other, using input from Installers of the items involved. C. Source quality-control reports. D. Operation and Maintenance Data: For air duct accessories to include in operation and maintenance manuals. 1.4 QUALITY ASSURANCE A. Comply with NFPA 90A, "Installation of Air Conditioning and Ventilating Systems," and with NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." B. Comply with AMCA 500-D testing for damper rating. 1.5 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. June 16, 2016 AIR DUCT ACCESSORIES 23 3300- 1 Miami Beach Police Department VFD Replacement and VAV Upgrades PART 2- PRODUCTS 2.1 MATERIALS A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections. B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M. 1. Galvanized Coating Designation: G60. 2. Exposed-Surface Finish: Mill phosphatized. C. Stainless-Steel Sheets: Comply with ASTM A 480/A 480M, Type 304, and having a No. 2 finish for concealed ducts and No. 4 finish for exposed ducts. D. Aluminum Sheets: Comply with ASTM B 209, Alloy 3003, Temper H14; with mill finish for concealed ducts and standard, 1-side bright finish for exposed ducts. E. Extruded Aluminum: Comply with ASTM B 221, Alloy 6063, Temper T6. F. Reinforcement Shapes and Plates: Galvanized-steel reinforcement where installed on galvanized sheet metal ducts; compatible materials for aluminum and stainless-steel ducts. G. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch minimum diameter for lengths longer than 36 inches. 2.2 BACKDRAFT AND PRESSURE RELIEF DAMPERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Air Balance Inc.; a division of Mestek, Inc. 2. American Warming and Ventilating; a division of Mestek, Inc. 3. Cesco Products; a division of Mestek, Inc. 4. Duro Dyne Inc. 5. Greenheck Fan Corporation. 6. Lloyd Industries, Inc. 7. Nailor Industries Inc. 8. NCA Manufacturing, Inc. 9. Pottorff; a division of PCI Industries, Inc. 10. Ruskin Company. 11. SEMCO Incorporated. 12. Vent Products Company, Inc. B. Description: Gravity balanced. C. Maximum Air Velocity: 2000 fpm. D. Maximum System Pressure: 2-inch wg. June 16, 2016 AIR DUCT ACCESSORIES 23 3300-2 Miami Beach Police Department VFD Replacement and VAV Upgrades E. Frame: 0.052-inch-thick, galvanized sheet steel,with welded corners and mounting flange. F. Blades: Multiple single-piece blades, center-pivoted, maximum 6-inch width, 0.025-inch- thick, roll-formed aluminum with sealed edges. G. Blade Action: Parallel. H. Blade Seals: Neoprene. I. Blade Axles: 1. Material: Nonferrous metal. 2. Diameter: 0.20 inch. J. Tie Bars and Brackets: Aluminum. K. Return Spring: Adjustable tension. L. Bearings: Steel ball or synthetic pivot bushings. M. Accessories: 1. Adjustment device to permit setting for varying differential static pressure. 2. Counterweights and spring-assist kits for vertical airflow installations. 3. Screen Mounting: Front mounted in sleeve. a. Sleeve Thickness: 20-gage minimum. b. Sleeve Length: 6 inches minimum. 4. Screen Mounting: Rear mounted. 5. Screen Material: Galvanized steel. 6. Screen Type: Bird. 7. 90-degree stops. 2.3 MANUAL VOLUME DAMPERS A. Standard, Steel, Manual Volume Dampers: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Air Balance Inc.; a division of Mestek, Inc. b. American Warming and Ventilating; a division of Mestek, Inc. c. Flexmaster U.S.A., Inc. d. McGill AirFlow LLC. e. METALAIRE, Inc. f. Nailor Industries Inc. g. Pottorff; a division of PCI Industries, Inc. h. Ruskin Company. i. Trox USA Inc. j. Vent Products Company, Inc. June 16, 2016 AIR DUCT ACCESSORIES 23 3300- 3 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. Standard leakage rating, with linkage outside airstream. 3. Suitable for horizontal or vertical applications. 4. Frames: a. Hat-shaped, galvanized-steel channels, 0.064-inch minimum thickness. b. Mitered and welded corners. c. Flanges for attaching to walls and flangeless frames for installing in ducts. 5. Blades: a. Multiple or single blade. b. Opposed-blade design. c. Stiffen damper blades for stability. d. Galvanized-steel, 0.064 inch thick. 6. Blade Axles: Nonferrous metal. 7. Bearings: a. Oil-impregnated bronze. b. Dampers in ducts with pressure classes of 3-inch wg or less shall have axles full length of damper blades and bearings at both ends of operating shaft. 8. Tie Bars and Brackets: Galvanized steel. B. Standard, Aluminum, Manual Volume Dampers: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Air Balance Inc.; a division of Mestek, Inc. b. American Warming and Ventilating; a division of Mestek, Inc. c. Flexmaster U.S.A., Inc. d. McGill AirFlow LLC. e. METALAIRE, Inc. f. Nailor Industries Inc. g. Pottorff; a division of PCI Industries, Inc. h. Ruskin Company. i. Trox USA Inc. j. Vent Products Company, Inc. 2. Standard leakage rating, with linkage outside airstream. 3. Suitable for horizontal or vertical applications. 4. Frames: Hat-shaped, 0.10-inch- thick, aluminum sheet channels; frames with flanges for attaching to walls and flangeless frames for installing in ducts. 5. Blades: a. Multiple or single blade. b. Opposed-blade design. c. Stiffen damper blades for stability. d. Roll-Formed Aluminum Blades: 0.10-inch-thick aluminum sheet. e. Extruded-Aluminum Blades: 0.050-inch-thick extruded aluminum. 6. Blade Axles: Nonferrous metal. June 16, 2016 AIR DUCT ACCESSORIES 23 3300-4 Miami Beach Police Department VFD Replacement and VAV Upgrades 7. Bearings: a. Oil-impregnated bronze. b. Dampers in ducts with pressure classes of 3-inch wg or less shall have axles full length of damper blades and bearings at both ends of operating shaft. 8. Tie Bars and Brackets: Aluminum. C. Low-Leakage, Steel, Manual Volume Dampers: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Air Balance Inc.; a division of Mestek, Inc. b. American Warming and Ventilating; a division of Mestek, Inc. c. Flexmaster U.S.A., Inc. d. McGill AirFlow LLC. e. METALAIRE, Inc. f. Nailor Industries Inc. g. Pottorff; a division of PCI Industries, Inc. h. Ruskin Company. i. Trox USA Inc. j. Vent Products Company, Inc. 2. Low-leakage rating, with linkage outside airstream, and bearing AMCA's Certified Ratings Seal for both air performance and air leakage. 3. Suitable for horizontal or vertical applications. 4. Frames: a. Hat shaped. b. Galvanized-steel channels, 0.064 inch thick. c. Mitered and welded corners. d. Flanges for attaching to walls and flangeless frames for installing in ducts. 5. Blades: a. Multiple or single blade. b. Opposed-blade design. c. Stiffen damper blades for stability. d. Galvanized, roll-formed steel, 0.064 inch thick. 6. Blade Axles: Nonferrous metal. 7. Bearings: a. Oil-impregnated bronze. b. Dampers in ducts with pressure classes of 3-inch wg or less shall have axles full length of damper blades and bearings at both ends of operating shaft. 8. Blade Seals: Neoprene. 9. Jamb Seals: Cambered stainless steel. 10. Tie Bars and Brackets: Galvanized steel. 11. Accessories: June 16, 2016 AIR DUCT ACCESSORIES 23 3300-5 Miami Beach Police Department VFD Replacement and VAV Upgrades a. Include locking device to hold single-blade dampers in a fixed position without vibration. D. Jackshaft: 1. Size: 1-inch diameter. 2. Material: Galvanized-steel pipe rotating within pipe-bearing assembly mounted on supports at each mullion and at each end of multiple-damper assemblies. 3. Length and Number of Mountings: As required to connect linkage of each damper in multiple-damper assembly. E. Damper Hardware: 1. Zinc-plated, die-cast core with dial and handle made of 3/32-inch-thick zinc-plated steel, and a 3/4-inch hexagon locking nut. 2. Include center hole to suit damper operating-rod size. 3. Include elevated platform for insulated duct mounting. 2.4 TURNING VANES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Ductmate Industries, Inc. 2. Duro Dyne Inc. 3. METALAIRE, Inc. 4. SEMCO Incorporated. 5. Ward Industries, Inc.; a division of Hart&Cooley, Inc. B. Manufactured Turning Vanes for Metal Ducts: Curved blades of galvanized sheet steel; support with bars perpendicular to blades set; set into vane runners suitable for duct mounting. C. General Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"; Figures 2-3, "Vanes and Vane Runners," and 2-4, "Vane Support in Elbows." D. Vane Construction: Single wall for ducts up to 48 inches wide and double wall for larger dimensions. 2.5 DUCT-MOUNTED ACCESS DOORS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. American Warming and Ventilating; a division of Mestek, Inc. 2. Cesco Products; a division of Mestek, Inc. 3. Ductmate Industries, Inc. 4. Flexmaster U.S.A., Inc. 5. Greenheck Fan Corporation. 6. McGill AirFlow LLC. 7. Nailor Industries Inc. 8. Pottorff; a division of PCI Industries, Inc. 9. Ventfabrics, Inc. June 16, 2016 AIR DUCT ACCESSORIES 23 3300-6 Miami Beach Police Department VFD Replacement and VAV Upgrades 10. Ward Industries, Inc.; a division of Hart &Cooley, Inc. B. Duct-Mounted Access Doors: Fabricate access panels according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"; Figures 2-10, "Duct Access Doors and Panels," and 2-11, "Access Panels- Round Duct." 1. Door: a. Double wall, rectangular. b. Galvanized sheet metal with insulation fill and thickness as indicated for duct pressure class. c. Vision panel. d. Hinges and Latches: 1-by-1-inch butt or piano hinge and cam latches. e. Fabricate doors airtight and suitable for duct pressure class. 2. Frame: Galvanized sheet steel, with bend-over tabs and foam gaskets. 3. Number of Hinges and Locks: a. Access Doors Less Than 12 Inches Square: No hinges and two sash locks. b. Access Doors up to 18 Inches Square: Two hinges and two sash locks. c. Access Doors up to 24 by 48 Inches: Three hinges and two compression latches. 2.6 DUCT ACCESS PANEL ASSEMBLIES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Ductmate Industries, Inc. 2. Flame Gard, Inc. 3. 3M. B. Labeled according to UL 1978 by an NRTL. C. Panel and Frame: Minimum thickness 0.0528-inch carbon steel. D. Fasteners: Carbon steel. Panel fasteners shall not penetrate duct wall. E. Gasket: Comply with NFPA 96; grease-tight, high-temperature ceramic fiber, rated for minimum 2000 deg F. F. Minimum Pressure Rating: 10-inch wg, positive or negative. 2.7 FLEXIBLE CONNECTORS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Ductmate Industries, Inc. 2. Duro Dyne Inc. 3. Ventfabrics, Inc. 4. Ward Industries, Inc.; a division of Hart&Cooley, Inc. 5. June 16, 2016 AIR DUCT ACCESSORIES 23 3300- 7 Miami Beach Police Department VFD Replacement and VAV Upgrades B. Materials: Flame-retardant or noncombustible fabrics. C. Coatings and Adhesives: Comply with UL 181, Class 1. D. Metal-Edged Connectors: Factory fabricated with a fabric strip 5-3/4 inches wide attached to 2 strips of 2-3/4-inch- wide, 0.028-inch- thick, galvanized sheet steel or 0.032-inch- thick aluminum sheets. Provide metal compatible with connected ducts. E. Indoor System, Flexible Connector Fabric: Glass fabric double coated with neoprene. 1. Minimum Weight: 26 oz./sq. yd.. 2. Tensile Strength: 480 lbf/inch in the warp and 360 Ibf/inch in the filling. 3. Service Temperature: Minus 40 to plus 200 deg F. 2.8 FLEXIBLE DUCTS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Flexmaster U.S.A., Inc. 2. McGill AirFlow LLC. 3. Ward Industries, Inc.; a division of Hart&Cooley, Inc. B. Insulated, Flexible Duct: UL 181, Class 1, 2-ply vinyl film supported by helically wound, spring- steel wire;fibrous-glass insulation; polyethylene vapor-barrier film. 1. Pressure Rating: 10-inch wg positive and 1.0-inch wg negative. 2. Maximum Air Velocity: 4000 fpm. 3. Temperature Range: Minus 10 to plus 160 deg F. 4. Insulation R-value: Comply with ASHRAE/IESNA 90.1-2004. C. Flexible Duct Connectors: 1. Clamps: Stainless-steel band with cadmium-plated hex screw to tighten band with a worm-gear action in sizes 3 through 18 inches, to suit duct size. 2. Non-Clamp Connectors: Adhesive plus sheet metal screws. 2.9 DUCT ACCESSORY HARDWARE A. Instrument Test Holes: Cast iron or cast aluminum to suit duct material, including screw cap and gasket. Size to allow insertion of pitot tube and other testing instruments and of length to suit duct-insulation thickness. B. Adhesives: High strength, quick setting, neoprene based, waterproof, and resistant to gasoline and grease. June 16, 2016 AIR DUCT ACCESSORIES 23 3300-8 Miami Beach Police Department VFD Replacement and VAV Upgrades PART 3- EXECUTION 3.1 INSTALLATION A. Install duct accessories according to applicable details in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for metal ducts and in NAIMA AH116, "Fibrous Glass Duct Construction Standards,"for fibrous-glass ducts. B. Install duct accessories of materials suited to duct materials; use galvanized-steel accessories in galvanized-steel and fibrous-glass ducts, stainless-steel accessories in stainless-steel ducts, and aluminum accessories in aluminum ducts. C. Install volume dampers at points on supply, return, and exhaust systems where branches extend from larger ducts. Where dampers are installed in ducts having duct liner, install dampers with hat channels of same depth as liner, and terminate liner with nosing at hat channel. 1. Install steel volume dampers in steel ducts. 2. Install aluminum volume dampers in aluminum ducts. D. Set dampers to fully open position before testing, adjusting, and balancing. E. Install test holes at fan inlets and outlets and elsewhere as indicated. F. Install duct access doors on sides of ducts to allow for inspecting, adjusting, and maintaining accessories and equipment at the following locations: 1. On both sides of duct coils. 2. At outdoor-air intakes and mixed-air plenums. 3. At drain pans and seals. 4. Downstream from manual volume dampers, control dampers, backdraft dampers, and equipment. 5. Adjacent to and close enough to fire or smoke dampers, to reset or reinstall fusible links. Access doors for access to fire or smoke dampers having fusible links shall be pressure relief access doors and shall be outward operation for access doors installed upstream from dampers and inward operation for access doors installed downstream from dampers. 6. At each change in direction and at maximum 50-foot spacing. 7. Upstreamfrom turning vanes. 8. Control devices requiring inspection. 9. Elsewhere as indicated. G. Install access doors with swing against duct static pressure. H. Access Door Sizes: 1. One-Hand or Inspection Access: 8 by 5 inches. 2. Two-Hand Access: 12 by 6 inches. 3. Head and Hand Access: 18 by 10 inches. 4. Head and Shoulders Access: 21 by 14 inches. 5. Body Access: 25 by 14 inches. 6. Body plus Ladder Access: 25 by 17 inches. June 16, 2016 AIR DUCT ACCESSORIES 23 3300-9 Miami Beach Police Department VFD Replacement and VAV Upgrades I. Label access doors according to Division 23 Section "Identification for HVAC Piping and Equipment"to indicate the purpose of access door. J. Install flexible connectors to connect ducts to equipment. K. Connect terminal units to supply ducts directly or with maximum 12-inch lengths of flexible duct. Do not use flexible ducts to change directions. L. Connect diffusers to ducts directly or with maximum 60-inch lengths of flexible duct clamped or strapped in place. M. Connect flexible ducts to metal ducts with draw bands or adhesive plus sheet metal screws. N. Install duct test holes where required for testing and balancing purposes. 3.2 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Operate dampers to verify full range of movement. 2. Inspect locations of access doors and verify that purpose of access door can be performed. 3. Operate fire, and smoke dampers to verify full range of movement and verify that proper heat-response device is installed. 4. Inspect turning vanes for proper and secure installation. END OF SECTION 233300 June 16, 2016 AIR DUCT ACCESSORIES 23 3300- 10 Miami Beach Police Department VFD Replacement and VAV Upgrades Section 25 0000 BUILDING AUTOMATION SYSTEM 1. General 1.1 Related Documents A. All work of this Division shall be coordinated and provided by the Building Automation System (BAS)Contractor. B. The work of this Division shall be scheduled, coordinated, and interfaced with the associated work of other trades. Reference the Division 15 Sections for details. C. The work of this Division shall be as required by the Specifications, Point Schedules and Drawings. D. If the BAS Contractor believes there are conflicts or missing information in the project documents, the Contractor shall promptly request clarification and instruction from the design team. E. If the contractor wishes to replace the existing system with a different manufacturer or product line, it will be the contractor's responsibility to replace the systems in all of the buildings in the city with this new product at no additional costs to the City of Miami Beach. 1.2 Definitions A. Analog: A continuously variable system or value not having discrete levels. Typically exists within a defined range of limiting values. B. Binary: A two-state system where an "ON"condition is represented by one discrete signal level and an "OFF" condition is represented by a second discrete signal level. C. Building Automation'System (BAS): The total integrated system of fully operational and functional elements, including equipment, software, programming, and associated materials, to be provided by this Division BAS Contractor and to be interfaced to the associated work of other related trades. D. BAS Contractor: The Contractor to provide the work of this Division. This Contractor shall be the primary manufacturer, installer, commissioner and ongoing service provider for the BAS work. E. Control Sequence: A BAS pre-programmed arrangement of software algorithms, logical computation, target values and limits as required to attain the defined operational control objectives. F. Direct Digital Control: The digital algorithms and pre-defined arrangements included in the BAS software to provide direct closed-loop control for the designated equipment and controlled variables. Inclusive of Proportional, Derivative and Integral control algorithms together with target values, limits, logical functions, arithmetic functions, constant values, timing considerations and the like. G. BAS Network: The total digital on-line real-time interconnected configuration of BAS digital processing units, workstations, panels, sub-panels, controllers, devices and associated elements individually known as network nodes. May exist as one or more fully interfaced and integrated sub-networks, LAN, WAN or the like. H. Node: A digitally programmable entity existing on the BAS network. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades BAS Integration: The complete functional and operational interconnection and interfacing of all BAS work elements and nodes in compliance with all applicable codes, standards and ordinances so as to provide a single coherent BAS as required by this Division. J. Provide: The term "Provide"and its derivatives when used in this Division shall mean to furnish, install in place, connect, calibrate, test, commission, warrant, document and supply the associated required services ready for operation. K. PC: IBM-compatible Personal Computer from a recognized major manufacturer L. Furnish: The term "Furnish" and its derivatives when used in this Division shall mean supply at the BAS Contractor's cost to the designated third party trade contractor for installation. BAS Contractor shall connect furnished items to the BAS, calibrate, test, commission, warrant and document. M. Wiring: The term "Wiring" and its derivatives when used in this Division shall mean provide the BAS wiring and terminations. N. Install: The term "Install"and its derivatives when used in this Division shall mean receive at the jobsite and mount. O. Protocol: The term "protocol"and its derivatives when used in this Division shall mean a defined set of rules and standards governing the on-line exchange of data between BAS network nodes. P. Software: The term "software"and its derivatives when used in this Division shall mean all of programmed digital processor software, preprogrammed firmware and project specific digital process programming and database entries and definitions as generally understood in the BAS industry for real-time, on-line, integrated BAS configurations. Q. The use of words in the singular in these Division documents shall not be considered as limiting when other indications in these documents denote that more than one such item is being referenced. R. Headings, paragraph numbers,titles, shading, bolding, underscores, clouds and other symbolic interpretation aids included in the Division documents are for general information only and are to assist in the reading and interpretation of these Documents. S. The following abbreviations and acronyms may be used in describing the work of this Division: ADC - Analog to Digital Converter Al - Analog Input AN - Application Node ANSI - American National Standards Institute AO - Analog Output ASCII - American Standard Code for Information Interchange ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers AWG - American Wire Gauge CPU - Central Processing Unit CRT - Cathode Ray Tube CZC - Commercial Zone Control DAC - Digital to Analog Converter DC - Digital Controller DDC - Direct Digital Control DI - Digital Input DO - Digital Output June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades EEPROM - Electronically Erasable Programmable Read Only Memory EMI - Electromagnetic Interference FAS - Fire Alarm Detection and Annunciation System GUI - Graphical User Interface HOA - Hand-Off-Auto ID - Identification IEEE - Institute of Electrical and Electronics Engineers I/O - Input/Output LAN - Local Area Network LCD - Liquid Crystal Display LED - Light Emitting Diode MCC - Motor Control Center NC - Normally Closed NIC - Not In Contract NO - Normally Open OWS - Operator Workstation OAT - Outdoor Air Temperature PC - Personal Computer RAM - Random Access Memory RF - Radio Frequency RFI - Radio Frequency Interference RH - Relative Humidity ROM - Read Only Memory RTD - Resistance Temperature Device SPDT - Single Pole Double Throw SPST - Single Pole Single Throw TBA - To Be Advised TCP/IP - Transmission Control Protocol/Internet Protocol TTD - Thermistor Temperature Device UPS - Uninterruptible Power Supply VAC - Volts, Alternating Current VAV - Variable Air Volume VDC - Volts, Direct Current WAN - Wide Area Network XVGA - Extended Video Graphics Adapter 1.3 BAS Description A. The Building Automation System (BAS)shall be a complete system designed for scalable implementation from small stand-alone use to large, networked systems. This functionality shall extend into the equipment rooms. Devices residing on the enterprise IT network shall be fully IT compatible devices that mount and communicate directly on the IT infrastructure in the facility. Contractor shall be responsible for coordination with the owner's IT staff to ensure that the BAS will perform in the owner's environment without disruption to any of the other activities taking place on that LAN. B. All points of user interface shall be on either local display, standard PCs with appropriate software, a standard Web Browser or a combination of these methods. C. The work of the single BAS Contractor shall be as defined individually and collectively in all Sections of this Division specification together with the associated Point Sheets and Drawings and the associated interfacing work as referenced in the related documents. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades D. The BAS work shall consist of the provision of all labor, materials, tools, equipment, software, software licenses, software configurations and database entries, interfaces, wiring, tubing, installation, labeling, engineering, calibration, documentation, samples, submittals, testing, commissioning, training services, permits and licenses, transportation, shipping, handling, administration, supervision, management, insurance, temporary protection, cleaning, cutting and patching, warranties, services, and items, even though these may not be specifically mentioned in these Division documents which are required for the complete, fully functional and commissioned BAS. E. Provide a complete, neat and workmanlike installation. Use only manufacturer approved employees who are skilled, experienced, trained, and familiar with the specific equipment, software, standards and configurations to be provided for this Project. F. Manage and coordinate the BAS work in a timely manner in consideration of the Project schedules. Coordinate with the associated work of other trades so as to not impede or delay the work of associated trades. G. The BAS as provided shall incorporate, as required the following integrated features, functions and services: 1. Operator information, alarm management and control functions. 2. Information management including monitoring, transmission, archiving, retrieval, and reporting functions. 3. Diagnostic monitoring and reporting of BAS functions. 4. Offsite monitoring and management access. 5. Energy management. 6. Standard applications for terminal HVAC systems. 1.4 Quality Assurance • A. General 1. The Building Automation System Contractor shall be a manufacturer-approved franchised dealer that is regularly engaged in the engineering, programming, installation and service of total integrated building management systems. 2. The BAS Manufacturer shall be a recognized national manufacturer of BAS. 3. The BAS Contractor shall have a fully staffed branch facility within a 100-mile radius of the job site supplying complete maintenance and support services on a 24-hour, 7- day-a-week basis. 4. As evidence and assurance of the contractor's ability to support the Owner's system with service and parts, the contractor must have been in the BAS business for at least the last five(5)years. The contactor must have also completed other projects similar in size and scope as this project. The contractor must be an approved vendor for the City of Miami Beach 5. The Building Automation System architecture shall consist of the products of a manufacturer regularly engaged in the production of Building Automation Systems, and shall be the manufacturer's latest standard of design at the time of bid. B. Workplace Safety and Hazardous Materials 1. Provide a safety program in compliance with the Contract Documents. 2. The BAS Contractor shall have a corporately certified comprehensive Safety Certification Manual and a designated Safety Supervisor for the Project. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 3. The Contractor and its employees and sub-trades comply with federal, state and local safety regulations. 4. The Contractor shall ensure that all subcontractors and employees have written safety programs in place that covers their scope of work, and that their employees receive the training required by the OSHA having jurisdiction for at least each topic listed in the Safety Certification Manual. 5. Hazards created by the Contractor or its subcontractors shall be eliminated before any further work proceeds. 6. Hazards observed but not created by the Contractor or its subcontractors shall be reported to either the General Contractor or the Owner within the same day. The Contractor shall be required to avoid the hazard area until the hazard has been eliminated. 7. The Contractor shall sign and date a safety certification form prior to any work being performed, stating that the Contractors' company is in full compliance with the Project safety requirements. 8. The Contractor's safety program shall include written policy and arrangements for the handling, storage and management of all hazardous materials to be used in the work in compliance with the requirements of the authority having jurisdiction at the Project site. 9. The Contractor's employees and subcontractor's staff shall have received training as applicable in the use of hazardous materials and shall govern their actions accordingly. C. Quality Management Program 1. Designate a competent and experienced employee to provide BAS Project Management. The designated Project Manger shall be empowered to make technical, scheduling and related decisions on behalf of the BAS Contractor. At minimum,the Project Manager shall: a. Manage the scheduling of the work to ensure that adequate materials, labor and other resources are available as needed. b. Manage the financial aspects of the BAS contract. c. Coordinate as necessary with other trades. d. Be responsible for the work and actions of the BAS workforce on site. 1.5 Submittals A. Shop Drawings, Product Data, and Samples 1. The BAS contractor shall submit a list of all shop drawings with submittals dates within 30 days of contract award. 2. Submittals shall be in defined packages. Each package shall be complete and shall only reference itself and previously submitted packages. The packages shall be as approved by the Engineer for Contract compliance. 3. Equipment and systems requiring approval of local authorities must comply with such regulations and be approved. Filing shall be at the expense of the BAS Contractor where filing is necessary. Provide a copy of all related correspondence and permits to the Owner. 4. Prepare an index of all submittals and shop drawings for the installation. Index shall include a shop drawing identification number, Contract Documents reference and item description. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 5. The BAS Contractor shall correct any errors or omissions noted in the first review. 6. At a minimum, submit the following: a. BAS network architecture diagrams including all nodes and interconnections. b. Systems schematics, sequences and flow diagrams. c. Points schedule for each point in the BAS, including: Point Type, Object Name, Expanded ID, Display Units, Controller type, and Address. d. Samples of Graphic Display screen types and associated menus. e. Detailed Bill of Material list for each system or application, identifying quantities, part numbers, descriptions, and optional features. f. Control Damper Schedule including a separate line for each damper provided under this section and a column for each of the damper attributes, including: Code Number, Fail Position, Damper Type, Damper Operator, Duct Size, Damper Size, Mounting, and Actuator Type. g. Control Valve Schedules including a separate line for each valve provided under this section and a column for each of the valve attributes: Code Number, Configuration, Fail Position, Pipe Size, Valve Size, Body Configuration, Close off Pressure, Capacity, Valve CV, Design Pressure, and Actuator Type. h. Details of all BAS interfaces and connections to the work of other trades. i. Product data sheets or marked catalog pages including part number, photo and description for all products including software. 1.8 Record Documentation B. Operation and Maintenance Manuals 1. Three (3)copies of the Operation and Maintenance Manuals shall be provided to the Owner's Representative upon completion of the project. The entire Operation and Maintenance Manual shall be furnished on Compact Disc media or DVD, and include the following for the BAS provided: a. Table of contents. b. As-built system record drawings. Computer Aided Drawings (CAD) record drawings shall represent the as-built condition of the system and incorporate all information supplied with the approved submittal. c. Manufacturer's product data sheets or catalog pages for all products including software. d. System Operator's manuals. e. Archive copy of all site-specific databases and sequences. f. BAS network diagrams. g. Interfaces to all third-party products and work by other trades. 2. The Operation and Maintenance Manual CD or DVD shall be self-contained, and include all necessary software required to access the product data sheets. A logically organized table of contents shall provide dynamic links to view and print all product data sheets. Viewer software shall provide the ability to display, zoom, and search all documents. C. On-Line documentation: After completion of all tests and adjustments the contractor shall provide a copy of all as-built information and product data to be installed on a customer designated computer workstation or server. 1.9 Warranty D. Standard Material and Labor Warranty: 1. Provide a one-year labor and material warranty on the BAS. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. If within twelve(12) months from the date of acceptance of product, upon written notice from the owner, it is found to be defective in operation, workmanship or materials, it shall be replaced, repaired or adjusted at the option of the BAS Contractor at the cost of the BAS Contractor. 3. Maintain an adequate supply of materials within 100 miles of the Project site such that replacement of key parts and labor support, including programming.Warranty work shall be done during BAS Contractor's normal business hours. 2. Part 2—Products 2.1 General Description A. The Building Automation System (BAS)shall use an open architecture and where applicable support a multi-vendor environment. To accomplish this effectively, the BAS shall not be limited to a single open communication protocol standard, but to also integrate third-party devices and applications via additional protocol and through the latest software standards. The system configuration shall be available for use on the Internet, or intranets using off the shelf, industry standard technology compatible with other owner provided networks. B. The Building Automation System shall consist of the following: 1. Supervisory Controllers 2. Programmable Controllers (HVAC equipment, etc.) 3. Input, Output Modules 4. Local Display Devices 5. Distributed User Interfaces 6. Other components required for a complete and working BAS C. The system shall be modular in nature, and shall permit expansion of both capacity and functionality through the addition of sensors, actuators, controllers and operator devices, while re-using existing controls equipment. D. The system architectural design shall eliminate dependence upon any single device for alarm generation and control execution. The failure of any single component or network connection shall not interrupt the execution of control strategies at other operational devices. E. Acceptable Systems 1. Facility Explorer by Johnson Controls 2. Siemens Talon (Will require integration into the existing FX Server) 3. Metasys by Johnson Controls(Will require integration into the existing FX Server) 2.2 BAS Architecture A. Control Network 1. Supervisory Controllers shall provide management over the control network(s)and shall support the following communications protocols: a. BACnet®Standard (ANSI/ASHRAE Standard 135- ) MS/TP and Ethernet/IP b. LoNWoRKs®enabled devices using the free topology transceiver(FTT-1x). c. Johnson Controls® N2 Open. d. Modbus RTU and Modbus TCP. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. The Supervisory Controller shall be BTL (BACnet Testing Laboratories) listed as B-BC (BACnet Building Controller) and support the following data link options: a. BACnet Internet Protocol (IP)(Annex J). b. BACnet IP(Annex J) Foreign. c. ISO 8802-3, Ehternet(Clause 7). 3. Control networks shall provide either"Peer-to-Peer," Master-Slave, or Supervised Token Passing communications, and shall operate at a minimum communication speed of 9600 baud. 4. Programmable Controllers shall reside on the control network. 5. A BACnet Protocol Implementation Conformance Statement(PICS)shall be provided for each controller device (master or slave)that will communicate on the BACnet MS/TP Bus. 6. The PICS shall be submitted 10 days prior to bidding. B. Integration 1. Hardwired a. Analog and digital signal values shall be passed from one system to another via hardwired connections. b. There will be one separate physical point on each system for each point to be integrated between the systems. 2. Direct Protocol (Integrator Panel) a. The BAS shall include appropriate hardware equipment and software to allow bi-directional data communications between the BAS system and 3' party manufacturers' control panels. The BAS shall receive, react to, and return information from multiple building systems, including but not limited to the chillers, boilers,variable frequency drives, power monitoring system, lighting • and medical gas. b. All data required by the application shall be mapped into the BAS, and shall be transparent to the operator. c. Point inputs and outputs from the third party controllers shall have real-time interoperability with BAS software features such as: Schedules, Control Software, Energy Management, Custom Process Programming, Alarm Management, Historical Data and Trend Analysis, Totalization, and Local Area Network Communications. 3. BACnet Protocol Integration a. The BACnet over Ethernet and BACnet MS/TP shall comply with the ASHRAE BACnet standard 135-2004. b. A complete Protocol Implementation Conformance Statement(PICS)shall be provided for all BACnet system devices. c. The ability to command, share point object data, change of state (COS) data and schedules between the host and BACnet systems shall be provided. 4. Modbus Protocol Integration a. The BAS shall provide direct connection to Modbus devices without the use of protocol converters. b. All data required by the application shall be mapped into the BAS and shall be transparent to the operator. c. Point inputs and outputs from the Modbus devices shall have real-time interoperability with BAS software features such as: Schedules, Control Software, Energy Management, Custom Process programming, Alarm June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades Management, Historical Data and Trend Analysis, Totalization and local area network communications. 2.3 User Interface A. Browser Based Operator Interface 1. The system shall be capable of supporting an unlimited number of clients using standard Web browser such as Internet Explorer''or Mozilla FirefoxTM. Systems requiring additional software (to enable a standard Web browser)to be resident on the client machine, or manufacture-specific browsers shall not be acceptable. 2. The Web browser software shall run on any operating system and system configuration that is supported by the Web browser. Systems that require specific machine requirements in terms of processor speed, memory, etc., in order to allow the Web browser to function with the Building Automation System (BAS), shall not be acceptable. 3. The Web browser client shall support at a minimum,the following functions: a. User log-on identification and password shall be required. If an unauthorized user attempts access, notice of access failure shall be displayed. Security using authentication and encryption techniques to prevent unauthorized access shall be implemented. b. HTML programming shall not be required to display system graphics or data on a Web page. Editing of the Web page shall be allowed if the user desires a specific look or format. c. Storage of the graphical screens shall be in the Supervisory Controller or the server, without requiring any graphics to be stored on the client machine. Systems that require graphics storage on each client are not acceptable. d. Real-time values displayed on a web page shall update automatically without requiring a manual "refresh"of the web.page. e. Users shall have administrator-defined access privileges. Depending on the access privileges assigned, the user shall be able to perform the following: 1. Modify common application objects, such as schedules and setpoints in a graphical manner. 2. Commands binary objects to start and stop. 3. View logs and charts. 4. View alarms. f. Graphic screens on the Web Browser client shall support hypertext links to other locations on the Internet or on Intranet sites, by specifying the Uniform Resource Locator(URL)for the desired link. 4. Alarms a. Alarm feature shall allow user configuration of criteria to create, route, and manage alarms and events. It shall be possible for specific alarms from specific points to be routed to specific alarm recipients. The alarm management portion of the user interface shall, at the minimum, provide the following functions: 1. Allow configuration to generate alarms on any numeric, binary, or data point in the system. 2. Generate alarm records that contain a minimum of a timestamp, original state, acknowledged state, alarm class and priority. 3. Allow the establishment of alarm classes that provide the routing of alarms with similar characteristics to common recipients. 4. Allow a user, with the appropriate security level, to manage alarms- including sorting, acknowledging, and tagging alarms. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 5. Reports and Summaries a. Reports and Summaries shall be generated and directed to the user interface displays,with subsequent assignment to printers, or disk. As a minimum, the system shall provide the following reports: 1. All points in the BAS 2. All points in each BAS application 3. All points in a specific controller 4. All points in a user-defined group of points 5. All points currently in alarm 6. All BAS schedules 7. All user defined and adjustable variables, schedules, interlocks and the like b. Reports shall be exportable to .pdf, .txt, or.csv formats. c. The system shall allow for the creation of custom reports and queries. 6. Schedules a. A graphical display for time-of-day scheduling and override scheduling of building operations shall be provided. At a minimum,the following functions shall be provided: 1. Regular schedules 2. Repeating schedules 3. Exception Schedules b. Weekly schedules shall be provided for each group of equipment with a specific time use schedule. c. It shall be possible to define one or more exception schedules for each schedule including references to calendars. d. Monthly calendars shall be provided that allow for simplified scheduling of holidays and special days. Holidays and special days shall be user-selected with the pointing device or keyboard. 7. Dynamic Color Graphics a. The graphics application program shall be supplied as an integral part of the User Interface. b. The graphics applications shall include a create/edit function and a runtime function. The system architecture shall support an unlimited number of graphics documents (graphic definition files)to be generated and executed. c. The graphics shall be able to display real-time data that is acquired, derived, or entered. d. Graphics runtime functions—Each graphic application shall be capable of the following functions: 1. All graphics shall be fully scalable 2. The graphics shall support a maintained aspect ratio. 3. Multiple fonts shall be supported. 4. Unique background shall be assignable on a per graphic basis. e. Operation from graphics— It shall be possible to change values(setpoints) and states in systems controlled equipment within the Web browser interface. f. Graphic editing tool —A graphic editing tool shall be provided that allows for the creation and editing of graphic files. The graphic editor shall be capable of performing/defining all runtime binding. 8. Historical Data Collection a. All numeric, binary or data points in the system database shall allow their values to be logged over time(trend log). Each historical record shall include the point's name, a time stamp including time zone, and the point's value. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades b. The Supervisory Controller shall have the ability to store its historical data records locally and periodically to a remote server on the network(archiving). c. The configuration of the historical data collection shall allow for recording data based on change of value or on a user-defined time interval. d. The configuration of the historical data collection shall allow for the collection process to stop or rollover when capacity has been reached. e. A historical data viewing utility shall be provided with access to all history records. This utility shall allow historical data to be viewed in a table or chart format. f. The history data table view shall allow the user to hide/show columns and to filter data based on time and date. The history data table shall allow exporting to .txt, .csv, or.pdf file formats. g. The historical data chart view shall allow different point histories to be displayed simultaneously, and also provide panning and zooming capabilities. 9. Audit Log a. For each log entry, provide the following data; 1. Time and date 2. User ID 3. Change or activity: i.e., Change setpoint, add or delete objects, commands, etc. B. Supervisory Controller 1. The Supervisory Controller must provide the following hardware features as a minimum: a. Communications 1. One 10/100 Mb Ethernet Port—RJ-45 connection 2. One RS-232 port . 3. One RS-485 port(up to 57,600 baud) 4. Optional internal auto-dial/auto-answer 56K modem. —Use for remote dial-in. 5. Expandable communications ports including LON, RS485, Modem, Wireless Terminal Equipment Control 6. All required protocol drivers are included. b. Optional Inputs/Outputs (LP-FXNDIO16) 1. Four form A SPST relay outputs rated for 24 VACNDC @ 500 mA resistive each with individual LED indicators 2. Eight Universal Inputs for 10K NTC,4-20 mA, 0-10 V, Dry contact 3. Four 0-10v analog outputs. c. Optional Inputs/Outputs (LP-FXNDI O34) 1. Ten form A SPST relay outputs rated for 24 VAC/VDC @ 500 mA resistive each with individual LED indicators 2. Sixteen Universal Inputs for 10K NTC, 4-20 mA, 0-10 V, Dry contact 3. Eight 0-10 V analog outputs. d. Optional Remote Inputs/Outputs(LP-FXRIO16) 1. Four form A SPST relay outputs rated for 24 VACNDC @ 500 mA resistive each with individual LED indicators 2. Eight Universal Inputs for 10K NTC, 4-20 mA, 0-10 V, Dry contact 3. Four 0-10v analog outputs. 4. Communicates to Supervisory Controller via standard RS-485 connection. e. Battery Backup 1. Battery backup provided for all on board functions including I/O June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. Battery is monitored and trickle charged 3. Battery maintains processor operation through power failures for a pre- determined interval, and then writes all data to flash memory, shuts the processor down, and maintains the clock for three months. f. Environment 1. Must be capable of operation over a temperature range of 0°C to 50 °C (32 °F to 122 °F). 2. Must be capable of withstanding storage temperatures of between 0°C and 60°C (32°F to 140°F). 3. Must be capable of operation over a humidity range of 5%to 95% RH, non-condensing 2. The Supervisory Controller shall be a fully user-programmable device capable of providing all of the capability described in Section 2.3 Part A. 3. Automation network—The Supervisory Controller shall reside on the automation network. Each Supervisory Controller shall support one or more sub-networks of controllers. 4. The Supervisory Controller shall have the capability to communicate directly with Modbus without the use of an additional gateway. 5. The Supervisory Controller shall have the capability to provide secure communications via SSL(Secure Socket Layer). 6. User Interface—Each Supervisory Controller shall have the ability to deliver a web based user interface as previously described. All computers connected physically or virtually to the automation network shall have access to the web based UI. 7. Power Failure—In the event of the loss of normal power,The Supervisory Controller shall continue to operate for a defined period after which there shall be an orderly shutdown of all programs to prevent the loss of database or operating system software. Flash memory shall be incorporated for all critical controller configuration data. a. During a loss of normal power, the control sequences shall go to the normal system shutdown conditions. b. Upon restoration of normal power and after a minimum off-time delay, the controller shall automatically resume full operation without manual intervention through a normal soft-start sequence. 8. Certification—All controllers shall be listed by Underwriters Laboratories (UL). 2.4 DDC System Controllers A. General Purpose Programmable Controllers (PCG) 1. The General Purpose Programmable Controller(PCG)shall be a fully user- programmable, digital controller that communicates via BACnet MS/TP protocol. a. The PCG shall support BACnet Standard MS/TP Bus Protocol ASHRAE SSPC- 135, Clause 9 on the controller network. 1. A BACnet Protocol Implementation Conformance Statement shall be provided for the PCG. 2. The Conformance Statement shall be submitted 10 days prior to bidding. 2. The PCG shall employ a finite state control engine to eliminate unnecessary conflicts between control functions at crossover points in their operational sequences. Suppliers using non-state based DDC shall provide separate control strategy diagrams for all controlled functions in their submittals. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 3. The PCG shall be factory programmed with a continuous adaptive tuning algorithm that senses changes in the physical environment and continually adjusts loop tuning parameters appropriately. Controllers that require manual tuning of loops or perform automatic tuning on command only shall not be acceptable 4. The PCG shall be assembled in a plenum-rated plastic housing with flammability rated to UL94-5VB. 5. The PCG shall include a removable base to allow pre-wiring without the controller. 6. The PCG shall include troubleshooting LED indicators to identify the following conditions: a. Power On b. Power Off c. Download or Startup in progress, not ready for normal operation d. No Faults e. Device Fault f. Field Controller Bus - Normal Data Transmission g. Field Controller Bus - No Data Transmission h. Field Controller Bus - No Communication i. Sensor-Actuator Bus- Normal Data Transmission j. Sensor-Actuator Bus- No Data Transmission k. Sensor-Actuator Bus- No Communication 7. The PCG shall accommodate the direct wiring of analog and binary I/O field points. 8. The PCG shall support the following types of inputs and outputs: a. Universal Inputs- shall be configured to monitor any of the following: 1. Analog Input, Voltage Mode 2. Analog Input, Current Mode 3. Analog Input, Resistive Mode 4. Binary Input, Dry Contact Maintained Mode b. Binary Inputs-shall be configured to monitor either of the following: 1. Dry Contact Maintained Mode 2. Pulse Counter Mode c. Analog Outputs-shall be configured to output either of the following 1. Analog Output, Voltage Mode 2. Analog Output, current Mode d. Binary Outputs-shall output the following: 1. 24 VAC Triac e. Configurable Outputs- shall be capable of the following: 1. Analog Output, Voltage Mode 2. Binary Output Mode 9. The PCG shall have the ability to reside on a Field Controller Bus (FC Bus). a. The FC Bus shall be a Master-Slave/Token-Passing (MS/TP) Bus supporting BACnet Standard protocol SSPC-135, Clause 9. b. The FC Bus shall support communications between the PCGs and the Supervisory Controller. c. The FC Bus shall also support Expansion I/O (PCX)communications with the PCG and with the Supervisory Controller. d. The FC Bus shall operate at a maximum distance of 15,000 Ft. between the PCG and the furthest connected device. 10.The PCG shall have the ability to monitor and control a network of sensors and actuators over a Sensor-Actuator Bus(SA Bus). June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades a. The SA Bus shall be a Master-Slave/Token-Passing (MS/TP) Bus supporting BACnet Standard Protocol SSPC-135, Clause 9. b. The SA Bus shall support up to 10 devices per trunk. c. The SA Bus shall operate at a maximum distance of 1,200 Ft. between the PCG and the furthest connected device. 11.The PCG shall have the capability to execute complex control sequences involving direct wired I/O points as well as input and output devices communicating over the FC Bus or the SA Bus. 12.The PCG shall support, but not be limited to, the following: a. Chilled water/central plant automation applications including but not limited to: 1. The selection and sequencing of up to 8 chillers of different sizes 2. The selection and sequencing of up to 8(each)primary and secondary chilled water pumps of varying pump capacities 3. The selection and sequencing of up to 8 condenser water pumps 4. The selection and sequencing of cooling towers and bypass valve, including single speed, multi-speed, and Vernier control 5. A proven and documented central cooling plant optimization program that incorporates custom equipment efficiency profiles, without rewriting software code, in order to meet the building load using the least amount of energy as calculated 6. The use of advanced control algorithms that apply equipment specific parameters, including operational limits and efficiency profiles, in order to determine equipment start and runtime preferences 7. The identification of the most efficient equipment combination and automatic control of state and speed of all necessary equipment to balance runtime, optimize timing and sequencing and ensure the efficiency and stability of the central cooling plant 8. The control definition for the chiller plant in a single FX-PCG, as supported by available memory and point Input/Output(I/O), or capable of being split across multiple FX-PCGs b. Heating central plant applications c. Built-up air handling units for special applications d. Terminal and packaged units e. Special programs as required for systems control 13.The PCG shall support a Local Controller Display(DIS)either as an integral part of the PCG or as a remote device communicating over the SA Bus. a. The Display shall use a BACnet Standard SSPC-135, clause 9 Master- Slave/Token-Passing protocol. b. The Display shall allow the user to view monitored points without logging into the system. c. The Display shall allow the user to view and change setpoints, modes of operation, and parameters. d. The Display shall provide password protection with user adjustable password timeout. e. The Display shall be menu driven with separate paths for: 1. Input/Output 2. Parameter/Setpoint 3. Overrides f. The Display shall use easy-to-read English text messages. g. The Display shall allow the user to select the points to be shown and in what order. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades h. The Display shall support a back lit Liquid Crystal Display (LCD)with adjustable contrast and brightens and automatic backlight brightening during user interaction. i. The display shall be a minimum of 4 lines and a minimum of 20 characters per line j. The Display shall have a keypad with no more than 6 keys. k. The Display shall be panel mountable. B. Programmable Controller Expansion I/O Modules(PCX) 1. The Programmable Controller Expansion I/O Module(PCX) provides additional inputs and outputs for use in the PCG. 2. The PCX shall communicate with the PCG over the FC Bus or the SA Bus. 3. The PCX shall support BACnet Standard MS/TP Bus Protocol ASHRAE SSPC-135, Clause 9 on the controller network. a. A BACnet Protocol Implementation Conformance Statement shall be provided for the PCG. b. The Conformance Statement shall be submitted 10 days prior to bidding. 4. The PCX shall be assembled in a plenum-rated plastic housing with flammability rated to UL94-5VB. 5. The PCX shall have a minimum of 4 points to a maximum of 17 points. 6. The PCX shall support the following types of inputs and outputs: a. Universal Inputs- shall be configured to monitor any of the following: 1. Analog Input, Voltage Mode 2. Analog Input, Current Mode 3. Analog Input, Resistive Mode 4. Binary Input, Dry Contact Maintained Mode b. Binary Inputs-shall be configured to monitor either of the following: 1. Dry Contact Maintained Mode 2. Pulse Counter Mode c. Analog Outputs- shall be configured to output either of the following 1. Analog Output,Voltage Mode 2. Analog Output, current Mode d. Binary Outputs- shall output the following: 1. 24 VAC Triac e. Configurable Outputs- shall be capable of the following: 1. Analog Output,Voltage Mode 2. Binary Output Mode 7. The PCX shall include troubleshooting LED indicators to identify the following conditions: a. Power On b. Power Off c. Download or Startup in progress, not ready for normal operation d. No Faults e. Device Fault f. Normal Data Transmission g. No Data Transmission h. No Communication June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 2.5 Input Device Characteristics A. General Requirements 1. Installation, testing, and calibration of all sensors, transmitters, and other input devices shall be provided to meet the system requirements. B. Temperature Sensors 1. General Requirements: a. Sensors and transmitters shall be provided, as outlined in the input/output summary and sequence of operations. b. The temperature sensor shall be of the resistance type, and shall be either two- wire 1000 ohm nickel RTD, or two-wire 1000 ohm platinum RTD. c. The following point types(and the accuracy of each)are required, and their associated accuracy values include errors associated with the sensor, lead wire, and A to D conversion: Point Type Accuracy Chilled Water + 0.5°F,±0.3 °C Room Temp + 0.5°F,±0.3 °C. Duct Temperature + 0.5°F,±0.3 °C. All Others + 0.75°F,±0.4 °C. 2. Room Temperature Sensors a. Room sensors shall be constructed for either surface or wall box mounting. b. Room sensors shall have the following options when specified: 1. Setpoint adjustment providing a±3 degree (adjustable)range 2. Dial adjustment for setpoint value or warmer or cooler requests. The dial shall also initiate temporary occupancy during unoccupied times. 3. A momentary override request push button for activation of after-hours operation 4. Backlit LCD temperature display shall display temperature and setpoint with units. 3. Thermo wells a. When thermo wells are required, the sensor and well shall be supplied as a complete assembly, including wellhead and Greenfield fitting. b. Thermo wells shall be pressure rated and constructed in accordance with the system working pressure. c. Thermo wells and sensors shall be mounted in a threadolet or' -inch NFT saddle and allow easy access to the sensor for repair or replacement. d. Thermo wells shall be constructed of 316 stainless steel. 4. Duct Mount Sensors a. Duct mount sensors shall mount in an electrical box through a hole in the duct, and be positioned so as to be easily accessible for repair or replacement. b. Duct sensors shall be insertion type and constructed as a complete assembly, including lock nut and mounting plate. c. For outdoor air duct applications, a weatherproof mounting box with weatherproof cover and gasket shall be used. C. Humidity Sensors 1. The sensor shall be a solid-state type, relative humidity sensor of the Bulk Polymer design. The sensor element shall resist service contamination. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. The humidity transmitter shall be equipped with non-interactive span and zero adjustments, a 2-wire isolated loop powered, 4-20 mA, 0-100% linear proportional output. 3. The humidity transmitter shall meet the following overall accuracy, including lead loss and Analog to Digital conversion. 3%between 20%and 80% RH @ 77 degree F unless specified elsewhere. 4. Outside air relative humidity sensors shall be installed with a rain proof, perforated cover. The transmitter shall be installed in a NEMA 3R enclosure with sealtite fittings and stainless steel bushings. 5. A single point humidity calibrator shall be provided, if required, for field calibration. Transmitters shall be shipped factory pre-calibrated. 6. Duct type sensing probes shall be constructed of 304 stainless steel, and shall be equipped with a neoprene grommet, bushings, and a mounting bracket. 7. Acceptable Manufacturers: Johnson Controls, Veris Industries, and Mamac. D. Differential Pressure Transmitters 1. General Air and Water Pressure Transmitter Requirements: a. Pressure transmitters shall be constructed to withstand 100% pressure over- range without damage, and to hold calibrated accuracy when subject to a momentary 40%over-range input. b. Pressure transmitters shall transmit a 0 to 5 VDC, 0 to 10 VDC, or 4 to 20 mA output signal. c. Differential pressure transmitters used for flow measurement shall be sized to the flow sensing device, and shall be supplied with Tee fittings and shut-off valves in the high and low sensing pick-up lines to allow the balancing Contractor and Owner permanent, easy-to-use connection. d. A minimum of a NEMA 1 housing shall be provided for the transmitter. Transmitters shall be located in accessible local control panels wherever possible. 2. Low Differential Water Pressure Applications (0" -20"w.c.) a. The differential pressure transmitter shall be of industrial quality and transmit a linear, 4 to 20 mA output in response to variation of flow meter differential pressure or water pressure sensing points. b. The differential pressure transmitter shall have non-interactive zero and span adjustments that are adjustable from the outside cover and meet the following performance specifications: 1. .01-20"w.c. input differential pressure range. 2. 4-20 mA output. 3. Maintain accuracy up to 20 to 1 ratio turndown. 4. Reference Accuracy: +0.2% of full span. c. Acceptable Manufacturers: Setra, Veris Industries and Mamac. 3. Building Differential Air Pressure Applications(-1"to +1"w.c.) a. The differential pressure transmitter shall be of industrial quality and transmit a linear, 4 to 20 mA output in response to variation of differential pressure or air pressure sensing points. b. The differential pressure transmitter shall have non-interactive zero and span adjustments that are adjustable from the outside cover and meet the following performance specifications: 1. -1.00 to+1.00 w.c. input differential pressure ranges. (Select range appropriate for system application) June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 2. 4-20 mA output. 3. Maintain accuracy up to 20 to 1 ratio turndown. 4. Reference Accuracy: +0.2% of full span. c. Acceptable Manufacturers: Johnson Controls, Veris Industries and Setra. 4. Low Differential Air Pressure Applications (0"to 5"w.c.) a. The differential pressure transmitter shall be of industrial quality and transmit a linear, 4 to 20 mA output in response to variation of differential pressure or air pressure sensing points. b. The differential pressure transmitter shall have non-interactive zero and span adjustments that are adjustable from the outside cover and meet the following performance specifications: 1. (0.00- 1.00"to 5.00")w.c. input differential pressure ranges. (Select range appropriate for system application.) 2. 4-20 mA output. 3. Maintain accuracy up to 20 to 1 ratio turndown. 4. Reference Accuracy: +0.2%of full span. c. Acceptable Manufacturers: Johnson Controls, Veris Industries and Setra. E. Power Monitoring Devices 1. Current Measurement(Amps) a. Current measurement shall be by a combination current transformer and a current transducer. The current transformer shall be sized to reduce the full amperage of the monitored circuit to a maximum 5 Amp signal, which will be converted to a 4-20 mA DDC compatible signal for use by the building automation system. b. Current Transformer-A split core current transformer shall be provided to monitor motor amps. 1. Operating frequency-50-400 Hz. 2. Insulation-0.6 kV class 10 kV BIL. 3. UL recognized. 4. Five ampere secondary. 5. Select current ration as appropriate for application. 6. Acceptable manufacturers: Veris Industries c. Current Transducer-A current to voltage or current to mA transducer shall be provided. The current transducer shall include: 1. 6X input over amp rating for AC inrushes of up to 120 ampere. 2. Manufactured to UL 1244. 3. Accuracy: +.5%, Ripple+1%. 4. Minimum load resistance 30 kilohm. • 5. Input 0-20 A. 6. Output 4-20 mA. 7. Transducer shall be powered by a 24 VDC regulated power supply (24 VDC +5%). 8. Acceptable manufacturers: Veris Industries F. Smoke Detectors 1. Ionization type air duct detectors shall be furnished as specified elsewhere in Division 16 for installation under Division 15. All wiring for air duct detectors shall be provided under Division 16, Fire Alarm System. G. Status and Safety Switches 1. General Requirements June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades a. Switches shall be provided to monitor equipment status, safety conditions, and generate alarms at the BAS when a failure or abnormal condition occurs. Safety switches shall be provided with two sets of contacts and shall be interlock wired to shut down respective equipment. 2. Current Sensing Switches a. The current sensing switch shall be self-powered with solid-state circuitry and a dry contact output. It shall consist of a current transformer, a solid state current sensing circuit, adjustable trip point, solid state switch, SPDT relay, and an LED indicating the on or off status. A conductor of the load shall be passed through the window of the device. It shall accept over-current up to twice its trip point range. b. Current sensing switches shall be used for run status for fans, pumps, and other miscellaneous motor loads. c. Current sensing switches shall be calibrated to show a positive run status only when the motor is operating under load. A motor running with a broken belt or coupling shall indicate a negative run status. d. Acceptable manufacturers: Veris Industries 3. Air Filter Status Switches a. Differential pressure switches used to monitor air filter status shall be of the automatic reset type with SPDT contacts rated for 2 amps at 120 VAC. b. A complete installation kit shall be provided, including: static pressure tops, tubing, fittings, and air filters. c. Provide appropriate scale range and differential adjustment for intended service. d. Acceptable manufacturers: Johnson Controls, Cleveland Controls 2.6 Output Device Characteristics A. Actuators 1. General Requirements a. Damper and valve actuators shall be electronic and/or pneumatic, as specified in the System Description section. 2. Electronic Damper Actuators a. Electronic damper actuators shall be direct shaft mount. b. Modulating and two-position actuators shall be provided as required by the sequence of operations. Damper sections shall be sized based on actuator manufacturer's recommendations for face velocity, differential pressure and damper type. The actuator mounting arrangement and spring return feature shall permit normally open or normally closed positions of the dampers as required. All actuators (except terminal units)shall be furnished with mechanical spring return unless otherwise specified in the sequences of operations. All actuators shall have external adjustable stops to limit the travel in either direction and a gear release to allow manual positioning. c. Modulating actuators shall accept 24 VAC or VDC power supply, consume no more than 15 VA and be UL listed. The control signal shall be 2-10 VDC or 4- 20 mA, and the actuator shall provide a clamp position feedback signal of 2-10 VDC. The feedback signal shall be independent of the input signal and may be used to parallel other actuators and provide true position indication. The feedback signal of one damper actuator for each separately controlled damper shall be wired back to a terminal strip in the control panel for troubleshooting purposes. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades d. Two-position or open/closed actuators shall accept 24 or 120 VAC power supply and be UL listed. Isolation, smoke, exhaust fan, and other dampers, as specified in the sequence of operations, shall be furnished with adjustable end switches to indicate open/closed position or be hard wired to start/stop associated fan. Two-position actuators, as specified in sequences of operations as "quick acting," shall move full stroke within 20 seconds. All smoke damper actuators shall be quick acting. e. Acceptable manufacturers: Johnson Controls, Mamac or Equal 3. Electronic Valve Actuators a. Electronic valve actuators shall be manufactured by the valve manufacturer. b. Each actuator shall have current limiting circuitry incorporated in its design to prevent damage to the actuator. c. Modulating and two-position actuators shall be provided as required by the sequence of operations. Actuators shall provide the minimum torque required for proper valve close-off against the system pressure for the required application. The valve actuator shall be sized based on valve manufacturer's recommendations for flow and pressure differential.All actuators shall fail in the last position unless specified with mechanical spring return in the sequence of operations. The spring return feature shall permit normally open or normally closed positions of the valves as required. All direct shaft mount rotational actuators shall have external adjustable stops to limit the travel in either direction. d. Modulating actuators shall accept 24 VAC or VDC and 120 VAC power supply and be UL listed. The control signal shall be 2-10 VDC or 4-20 mA and the actuator shall provide a clamp position feedback signal of 2-10 VDC.The feedback signal shall be independent of the input signal, and may be used to parallel other actuators and provide true position indication. The feedback signal of each valve actuator(except terminal valves)shall be wired back to a terminal strip in the control panel'for troubleshooting purposes. e. Two-position or open/closed actuators shall accept 24 or 120 VAC power supply and be UL listed. Butterfly isolation and other valves, as specified in the sequence of operations, shall be furnished with adjustable end switches to indicate open/closed position or be hard wired to start/stop the associated pump or chiller. f. Acceptable manufacturers: Johnson Controls or Equal B. Control Dampers 1. The Building Automation System supplier shall provide all automatic control dampers not specified to be supplied integral to the HVAC equipment. 2. Dampers shall be low leakage or high velocity low leakage type. All proportional dampers shall be opposed blade type. Two position dampers shall be parallel blade type. 3. Damper frames and blades shall be aluminum construction. Blade width shall not exceed 8 inches. Dampers and seals shall be suitable for temperature ranges of-50 to 250 degrees F. Blades shall be of the airfoil type. Duct mounted dampers shall be of the T-flanged frame type with exposed linkage. 4. Standard Low Leakage Dampers shall be provided to conserve energy. Dampers shall be equipped with neoprene edge seals and compressible metal jamb seals. Leakage shall not exceed 6 CFM/Sq. Ft. at 4"W.G. differential, 3 CFM/sq. ft. at 1" W.G., AMCA Class 1A. 5. Dampers shall be Ruskin, Model CD50 or equal. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 6. Multiple section dampers may be jack-shafted to allow mounting of piston pneumatic actuators and direct connect electronic actuators. Each end of the jackshaft shall receive at least one actuator to reduce jackshaft twist. C. Control Valves 1. All automatic control valves shall be fully proportioning and provide near linear heat transfer control. The valves shall be quiet in operation and fail-safe open, closed, or in their last position. All valves shall operate in sequence with another valve when required by the sequence of operations. All control valves shall be sized by the control manufacturer, and shall be guaranteed to meet the heating and cooling loads, as specified. All control valves shall be suitable for the system flow conditions and close against the differential pressures involved. Body pressure rating and connection type (sweat, screwed, or flanged) shall conform to the pipe schedule elsewhere in this Specification. 2. Chilled water control valves shall be modulating plug, ball, and/or butterfly, as required by the specific application. Modulating water valves shall be sized per manufacturer's recommendations for the given application. In general,valves(2 or 3-way)serving variable flow air handling unit coils shall be sized for a pressure drop equal to the actual coil pressure drop, but no less than 5 psi. Valves (3-way) serving constant flow air handling unit coils with secondary circuit pumps shall be sized for a pressure drop equal to 25%the actual coil pressure drop, but no less than 2 psi. Mixing valves (3- way)serving secondary water circuits shall be sized for a pressure drop of no less than 5 psi. Valves for terminal reheat coils shall be sized for a 2 psig pressure drop, but no more than a 5 psi drop. 3. Ball valves shall be used for hot and chilled water applications, water terminal reheat coils, radiant panels, unit heaters, package air conditioning units, and fan coil units except those described hereinafter. 4. Modulating plug water valves of the single-seat type with equal percentage flow characteristics shall be used for all special applications as indicated on the valve schedule. Valve discs shall be composition type. Valve stems shall be stainless steel. 5. Butterfly valves shall be acceptable for modulating large flow applications greater than modulating plug valves, and for all two-position, open/close applications. In-line and/or three-way butterfly valves shall be heavy-duty pattern with a body rating comparable to the pipe rating, replaceable lining suitable for temperature of system, and a stainless steel vane. Valves for modulating service shall be sized and travel limited to 50 degrees of full open. Valves for isolation service shall be the same as the pipe. Valves in the closed position shall be bubble-tight. 6. Acceptable manufacturers: Johnson Controls or Equal 2.7 Miscellaneous Device Characteristics A. Variable Frequency Motor Speed Control Drives B. Local Control Panels 1. All control panels shall be factory constructed, incorporating the BAS manufacturer's standard designs and layouts. All control panels shall be UL inspected and listed as an assembly and carry a UL 508 label listing compliance. Control panels shall be fully enclosed, with perforated sub-panel, hinged door, and slotted flush latch. 2. In general, the control panels shall consist of the DDC controller(s), display module as specified and indicated on the plans, and I/O devices—such as relays, transducers, and so forth—that are not required to be located external to the control panel due to June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades function.Where specified the display module shall be flush mounted in the panel face unless otherwise noted. 3. All I/O connections on the DDC controller shall be provide via removable or fixed screw terminals. 4. Low and line voltage wiring shall be segregated. All provided terminal strips and wiring shall be UL listed, 300-volt service and provide adequate clearance for field wiring. 5. All wiring shall be neatly installed in plastic trays or tie-wrapped. 6. A convenience 120 VAC duplex receptacle shall be provided in each enclosure, fused on/off power switch, and required transformers. C. Power Supplies 1. DC power supplies shall be sized for the connected device load. Total rated load shall not exceed 75% of the rated capacity of the power supply. 2. Input: 120 VAC +10%, 60Hz. 3. Output: 24 VDC. 4. Line Regulation: +0.05%for 10%line change. 5. Load Regulation: +0.05%for 50%load change. 6. Ripple and Noise: 1 mV rms, 5 mV peak to peak. 7. An appropriately sized fuse and fuse block shall be provided and located next to the power supply. 8. A power disconnect switch shall be provided next to the power supply. D. Thermostats 1. Electric room thermostats of the heavy-duty type shall be provided for unit heaters, cabinet unit heaters, and ventilation fans, where required. All these items shall be provided with concealed adjustment. Finish of covers for all room-type instruments shall match and, unless otherwise indicated or specified, covers shall be manufacturer's standard finish. 3. Part 3—Performance /Execution 3.1 BAS Specific Requirements A. BAS to be integrated into the existing city wide Facility Explorer Server located at the Flamingo Park Building. All graphics, trending, scheduling, and alarms will be mapped to the existing server. Standalone systems are not acceptable. B. Graphic Displays 1. The contractor shall supply all graphic user interfaces (GUI's)for the city wide facility management system under this contract. All GUI's shall be of a standard type as set forth by the city. The GUI's shall be at a minimum of the building floor plans, mechanical equipment, and any other equipment associated with the control system. 2. Provide graphical screens for each air handling unit, outdoor air unit, common area fans coil unit, and exhaust fans with active display of monitored conditions, control output values and setpoints. Contractor to provide summary page for air handling units. 3. User shall access the various system schematics via a graphical penetration scheme and/or menu selection. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 4. Point information brought forward to the GUI shall be at minimum as necessary to efficiently and effectively operate the equipment in the associated building. All point information brought forward to the GUI shall be capable of being overridden as needed for adjustments and emergency shutdown and startup of the mechanical equipment. There shall be no ghost points which only display information and do not provide command functionality; all points will be adjustable or commandable. 5. All points shall comply with all naming conventions as set forth by the city. Points that do not comply with naming conventions shall be submitted to the city prior to being programmed into the supplied controls. C. Custom Reports: 1. Provide custom reports as required for this project: D. Actuation/Control Type 1. Air Handling Equipment a. All air handlers shall be controlled with a HVAC-DDC Controller b. All damper and valve actuation shall be electric. 3.2 Installation Practices A. BAS Wiring 1. All conduit,wiring, accessories and wiring connections required for the installation of the Building Automation System, as herein specified, shall be provided by the BAS Contractor unless specifically shown on the Electrical Drawings under Division 16 Electrical. All wiring shall comply with the requirements of applicable portions of Division 16 and all local and national electric codes, unless specified otherwise in this section. 2. All BAS wiring materials and installation methods shall comply with BAS manufacturer recommendations. 3. The sizing, type and provision of cable, conduit, cable trays, and raceways shall be the design responsibility of the BAS Contractor. If complications arise, however, due to the incorrect selection of cable, cable trays, raceways and/or conduit by the BAS Contractor,the Contractor shall be responsible for all costs incurred in replacing the selected components. 4. Class 2 Wiring a. All Class 2 (24 VAC or less)wiring shall be installed in conduit unless otherwise specified. b. Conduit is not required for Class 2 wiring in concealed accessible locations. Class 2 wiring not installed in conduit shall be supported every 5'from the building structure utilizing metal hangers designed for this application. Wiring shall be installed parallel to the building structural lines. All wiring shall be installed in accordance with local code requirements. 5. Class 2 signal wiring and 24 VAC power can be run in the same conduit. Power wiring 120 VAC and greater cannot share the same conduit with Class 2 signal wiring. 6. Provide for complete grounding of all applicable signal and communications cables, panels and equipment so as to ensure system integrity of operation. Ground cabling and conduit at the panel terminations. Avoid grounding loops. B. BAS Line Voltage Power Source June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 1. 120-volt AC circuits used for the Building Automation System shall be taken from panel boards and circuit breakers provided by Division 16. 2. Circuits used for the BAS shall be dedicated to the BAS and shall not be used for any other purposes. 3. DDC terminal unit controllers may use AC power from motor power circuits. C. BAS Raceway 1. All wiring shall be installed in conduit or raceway except as noted elsewhere in this specification. Minimum control wiring conduit size 1/2". 2. Where it is not possible to conceal raceways in finished locations, surface raceway (Wiremold)may be used as approved by the Architect. 3. All conduits and raceways shall be installed level, plumb, at right angles to the building lines and shall follow the contours of the surface to which they are attached. 4. Flexible Metal Conduit shall be used for vibration isolation and shall be limited to 3 feet in length when terminating to vibrating equipment. Flexible Metal Conduit may be used within partition walls. Flexible Metal Conduit shall be UL listed. D. Penetrations 1. Provide fire stopping for all penetrations used by dedicated BAS conduits and raceways. 2. All openings in fire proofed or fire stopped components shall be dosed by using approved fire resistive sealant. 3. All wiring passing through penetrations, including walls shall be in conduit or enclosed raceway. 4. Penetrations of floor slabs shall be by core drilling. All penetrations shall be plumb, true, and square. E. BAS Identification Standards 1. Node Identification. All nodes shall be identified by a permanent label fastened to the enclosure. Labels shall be suitable for the node location. a. Cable types specified in Item A shall be color coded for easy identification and troubleshooting. F. BAS Panel Installation 1. The BAS panels and cabinets shall be located as indicated at an elevation of not less than 2 feet from the bottom edge of the panel to the finished floor. Each cabinet shall be anchored per the manufacturer's recommendations. 2. The BAS contractor shall be responsible for coordinating panel locations with other trades and electrical and mechanical contractors. G. Input Devices 1. All Input devices shall be installed per the manufacturer recommendation 2. Locate components of the BAS in accessible local control panels wherever possible. H. HVAC Input Devices—General 1. All Input devices shall be installed per the manufacturer recommendation 2. Locate components of the BAS in accessible local control panels wherever possible. 3. The mechanical contractor shall install all in-line devices such as temperature wells, pressure taps, airflow stations, etc. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 4. Input Flow Measuring Devices shall be installed in strict compliance with ASME guidelines affecting non-standard approach conditions. 5. Outside Air Sensors a. Sensors shall be mounted on the North wall to minimize solar radiant heat impact or located in a continuous intake flow adequate to monitor outside air conditions accurately. b. Sensors shall be installed with a rain proof, perforated cover. 6. Water Differential Pressure Sensors a. Differential pressure transmitters used for flow measurement shall be sized to the flow-sensing device. b. Differential pressure transmitters shall be supplied with tee fittings and shut-off valves in the high and low sensing pick-up lines. c. The transmitters shall be installed in an accessible location wherever possible. 7. Medium to High Differential Water Pressure Applications(Over 21"w.c.): a. Air bleed units, bypass valves and compression fittings shall be provided. 8. Building Differential Air Pressure Applications(-1"to+1"w.c.): a. Transmitter's exterior sensing tip shall be installed with a shielded static air probe to reduce pressure fluctuations caused by wind. b. The interior tip shall be inconspicuous and located as shown on the drawings. 9. Air Flow Measuring Stations: a. Where the stations are installed in insulated ducts, the airflow passage of the station shall be the same size as the inside airflow dimension of the duct. b. Station flanges shall be two inch to three inch to facilitate matching connecting ductwork. c. Acceptable manufacturers: Ebtron Gold Series 10.Duct Temperature Sensors: a. Duct mount sensors shall mount in an electrical box through a hole in the duct and be positioned so as to be easily accessible for repair or replacement. b. The sensors shall be insertion type and constructed as a complete assembly including lock nut and mounting plate. c. For ductwork greater in any dimension than 48 inches or where air temperature stratification exists such as a mixed air plenum, utilize an averaging sensor. d. The sensor shall be mounted to suitable supports using factory approved element holders. 11.Space Sensors: a. Shall be mounted per ADA requirements. b. Provide lockable tamper-proof covers in public areas and/or where indicated on the plans. 12.Low Temperature Limit Switches: a. Install on the discharge side of the first water or steam coil in the air stream. b. Mount element horizontally across duct in a serpentine pattern insuring each square foot of coil is protected by 1 foot of sensor. c. For large duct areas where the sensing element does not provide full coverage of the air stream, provide additional switches as required to provide full protection of the air stream. 13.Air Differential Pressure Status Switches: a. Install with static pressure tips, tubing,fittings, and air filter. 14.Water Differential Pressure Status Switches: June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades 3.3 Training Services A. The BAS contractor shall provide the following training services: 1. One day of on-site orientation by a system technician who is fully knowledgeable of the specific installation details of the project. This orientation shall, at a minimum, consist of a review of the project as-built drawings, the BAS software layout and naming conventions, and a walk through of the facility to identify panel and device locations. 3.4 Commissioning Requirements A. Fully commission all aspects of the Building Automation System work. B. Acceptance Check Sheet 1. Prepare a check sheet that includes all points for all functions of the BAS as indicated on the point list included in this specification. 2. Submit the check sheet to the Engineer for approval 3. The Engineer will use the check sheet as the basis for acceptance with the BAS Contractor. C. Promptly rectify all listed deficiencies and submit to the Engineer that this has been done. 3.5 Acceptance Procedure A. Upon completion of the calibration, contractor shall startup the system and perform all necessary testing and run diagnostic tests to ensure proper operation. Contractor shall be responsible for generating all software and entering all database (including occupancy schedules) necessary to perform the sequence of control and specified software routines. An acceptance test in the presence of the owner's representative and/or commissioning agent shall be performed. B. All sequences shall be demonstrated and confirmed in the presence of the Owner's Test and Balance firm or Owner's representative. C. Participate in commissioning and certify that all control equipment meets pre-functional tests. After pre-functional tests are accepted, participate in commissioning functional testing. 4. Part 4—SEQUENCE OF OPERATIONS 4.1 General A. Control sequences shall be provided for each item of equipment connected to the automation system. B. Sequences do not refer to specific dead bands, delays and ranges required for stable operation, but shall be provided and be fully user adjustable at the operator workstation. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 Miami Beach Police Department VFD Replacement and VAV Upgrades C. Where proposed sequences could defeat the equipment manufacturers recommended safeties or be injurious to the equipment controlled, alert engineer of conflict prior to proceeding with the work. D. Provide modification of sequences, setpoints, dead bands, delays and ranges based upon actual performance of controlled equipment, in base contract price at no additional cost to the Owner. E. Demonstrate sequence of operation in the presence of the Owner for all controlled equipment,to include generation of alarms and simulation of equipment failures. F. In addition to specific equipment alarms noted in the sequence, provide standard alarms for items such as sensor failure, out of range and similar items. G. Coordinate sequences and data acquisition for trend logging, report generation, run hours and preventive maintenance functions. June 16, 2016 BUILDING AUTOMATION SYSTEM 25 0000 ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) OROTH S ❑ U T H E A E T Automation•Energy Management•Lighting 0.401250259 Tab A. Identification Page and Table of Contents MRSE LLC dba Roth Southeast 2260 SW 66th Terrace Davie,FL 33317 Email: NCaporate:c;RothSoutheast.com and or ACapor3lcii,RothSoutheast.com P:(954)423-6640 F:(9i4)42_3-6634 Federal Tax ID:274539467 Limited Liability Comp ••rpora�on Signature:��� _ >!1 -dire --------- Lawrenc 4� a er President March 24.2017 Table of Contents Tab A. Identification Page and Table of Contents Tab B. Qualifications and Requirements - State Licenses - State of Florida Certificate of Status - Occupational Licenses Tab C. Financial Statements - Surety Capacity Letter Tab D. Experience and Key Personnel - Key Personnel - Resumes - Certificates Tab E. Bid Price - Appendix A Price Form - Appendix A Bid Tender Form - Appendix A Supplements(Attachment A-3—A-8) Tab F. Certificate of Insurance Tab G. Addendums Roth Southeast 2260 S.W.66 Terrace Davie,Florida 33317 o:954.423.6640 f:954.423.6684 w:RothSoutheast.com BDUTHEAET0110TH Automation•Energy Management•Lighting e.*dle12.30259 Tab B. Experience 1. Project Name:City of Miami Beach City Hall Upade Site Address: 1245 Michigan Ave, Miami, FL 33139 Firm Name:City of Miami Beach Contact:Jorge Guanchez,Project Manager Address: 1833 Bay Road. Miami Beach, FL 33139 Phone No.:(786)390-2040 Email: Jorge.Guanchez miamibeachfl.gov Scope of Work: 8 AHU's to be replaced,disconnect and reconnect controls, replace controllers. 1 AHU to be replaced,new controls, 1 FCU to be replaced,new controls. Upgrade controllers to Chillers, AHUS, AHU9, BTU Meter and Outdoor Lighting, Update existing graphics. Supply, install and commission a new DDC controller to accommodate the new chiller as well as the existing chilled water plant. Contract Amount:S80,746.92 Completion Date: March 14.2017 2. Project Name:City of Miami Beach VAV Replacement Site Address: 1700 Convention Center Drive.Miami Beach, FL 33139 Firm Name: Thermal Concepts. Inc. Contact: Doug Daniels,Vice President of Retro Address: 2201 College Ave, Davie, FL 33317 Phone No.:(954)472-4465 Email: ddanielsathermalconcepts.com Scope of Work: Furnish and install controls on(3)Air Handler Units and add VAV Controls to(87)Boxes. Contract Amount:$137,000.00 Completion Date: May 25.2012 3. Project Name: Visa Cooling Tower& ISO Valves Replacement Site Address: 1004 NW 65th Avenue. Miami, FL 33126 Firm Name: Visa International Contact: Kevin Lahey,Operations Manager Address: 1004 NW 65'Avenue, Miami, FL 33126 Phone No.:(305)328-1596 Email: Klahevc@visa.com Scope of Work: Furnish and install three new stainless steel BAC cooling towers model supply and install 2 way butterfly 8" isolation valves on the cooling towers,Schneider field controller,tie into existing controls system, Asbuilt drawings. Contract Amount: S502,000.00 Completion Date:June 31,2016 Roth Southeast 2260 S.W.66 Terrace Davie,Florida 33317 o:954.423.6640 f:954.423.6684 w:RothSoutheast.com SOUTHEAETSDOTH Automation-Enew Management•Lighting C 01250253 4. Project Name: Magic Leap Cleanrooms Site Address: 7500 West Sunrise Blvd.,Plantation.FL 33322 Firm Name:Clean Air Technology. Inc. Contact: Casey Bell, Project Manager Address:41105 Capital,Canton, MI 48187 Phone No.:(734)365-4200 Email: cbell`ticleanairtechnoloUy.cora Scope of Work: Provide Schneider Electric DDC control system and integration. Chiller Plant:(3)Air Cooled Chillers,(3) Primary Chilled water pumps(3)Secondary Chilled water pumps(2) Boiler System (2) Hot Water Pumps.Clean Room Equipment:(2) VAV Air Handling Units(73)Fan Coil Units(3) Exhaust System(59)Dehumidifiers. Schneider Electric AS-P network controllers, Supply fan status switches for AHU'S and FCU'S, Duct static pressure transducers for AHU'S, Duct supply air sensor. Float switches for FCU'S.Space temperature sensors for FCU'S control, Space humidity sensors fort 10)FCU'S, Immersion sensor for chiller and Boilers,Flow meter for chilled water system, Pressure transducer for chilled water system,VFD control for chilled water system.differential pressure transducer for boiler control,3 way valve at end of each nt, Chilled water valves for outside air units. Contract Amount:S284.078.00 Completion Date: March 15,2017 5. Project Name:City of Pembroke Pines EPC Multiple Sites: Academic Village,Central Campus. Pembroke Shores!FSU,East Campus,Village EDC.and West Campus Firm Name:ConEdison Solutions Contact: Greg Ratter Phone No.:(813)375-3472 Email: RatterG2 conedsolutions.com Scope of Work: Pembroke Pines West Campus: provide A new building temperature controls system for(I) VAV RTU with eight zone,(15)constant volume RTU split units,(5)Constant volume,(38) single zone AHU'S OAU,(3)energy recovery units,and(41)Exhaust fans.Provide a Niagara based control system for monitoring of the campus wide system. Pembroke Shores!FSU Campus: Integrate to the existing Trane Control System with the Niagara base control system to monitor system campus wide for(2)VAV RTU'S,(1)AHU,(20)VAV Boxes,(32)Fan Powered Boxes and(18)Exhaust Fan, Village Early Development: Replace the existing temperature controls system with a new Niagara based control system for monitoring campus wide. The new system will consist of(2)constant volume RTU'S,(3)single zone AHU and(7) exhaust fans. Pembroke Pines Academic Village: Integrate to the existing Trane control system. Central Campus: provide building temperature controls verification for the existing Trane Controls system consisting of(I)CV RTU with REU,(7)VAV RTU Split Units,(I) VAV Box.(102)Fan Powered Boxes,(1)ERU Unit and(16) Bard Units per plans and specifications. Provide a Niagara based control system for monitoring of the campus wide system. East Campus: Replace the existing temperature controls system with a new system. The new system will consist of(21)constant volume split RTU'S,(3)Make up air units,(12)single zone AHU and(24)exhaust fans.Also as part of this proposal we will provide a Niagara based control system for monitoring of the campus wide system. Contract Amount:5543,387.00 Completion Date: February 28,2017 Roth Southeast 2250 S.W.66 Terrace Davie,Florida 33317 o:954.423.6640 t 954.423.6684 w:RothSoutheast.com 01 _�, STATE OF FLORIDA it {-o 4� DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION k .1. -.1,-v,"4 t' ` CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 - 2601 BLAIR STONE ROAD ..... TALLAHASSEE FL 32399-0783 f MAURER, MURRAY JESSE ROTH SOUTHEAST 2201 COLLEGE AVENUE DAVIE FL 33317 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range ,r STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque .r i DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's economy strong. "15".. ' PROFESSIO 4ALi2EGULATION Every day we work to improve the waywe do business in order CMC1250259 ' >ZrSSUED:, 07/31/2018 f` r. to serve you better For information about our services,please r A .-j log onto www.myfloridalicense.com. There you can find more CERTIFIED MECE�I,4I _`I,. ONTBACTOR `-iformation about our divisions and the regulations that impact MAURER,MURRAY .. .4 •, u,subscribe to department newsletters and learn more about ROTH SOUTHEAST' * N 114, --die , Se Department's initiatives. Our mission at the Department is:License Efficiently,Regulate Fairly.We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, is CERTIFIED under the provisions of Ch.489 FS. and congratulations on your new license! Expiation dots'AUG 31.2018 L1807310003702 DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD op ,,i r. LICENSE NUMBER '','y }' f 1ii�, CMC1250259 �'' ~: 1.lit ., 4 The MECHANICAL CONTRACTOR - L_ Named below IS CERTIFIED . ' .�, Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2018 4 r ..n..k+� ''•• • MAURER, MURRAY JESSE. x ���...}3,1 ROTH SOUTHEAST „;„ < .� , _. , 2201 COLLEGE AVENU 4.-----7.,,,-----�,-.:;-.,. ri _-......N•,,,.:.;f. �. ;• ;;.11 •i•1 1 ...r DAVIE FL 3331.7 ;� `, s•:,'.'� . - `` ,. ' - 0 Oil .,_ ISSUED. 07/3112016 r)ISPI AY AS RFOUIIRFr)RY I AW RF(11 t 1Rm31nnnm7m LktRi. R ir 1 o 0o o 0 N rn Z O co W Zri Y O 4b W D0 0 ft woc0 a : am i Z Z 1 a 0 J = m rnt J f O p 1 p 1..,"r.3wu- Z� OQ H F- W : r Q ma = n CO UJ III H uj ZW L.L. cm W mcrx a O F- cra A. m cp cc H (L LIt(V (L #: rn W Z ..-M 1-- o o Q 0w °C) o C'? -U < > (00 w U 3 2 LI cnVp� U-t�ma, �— 03 Lu a) CID' m3 v)0faW��zo Ua) C omwwwO2ND...f Wt'' Wv i_ 417n1 Uvi W EE w QE J = 3C13 X F-ZDw State of Florida Department of State I certify from the records of this office that MRSE LLC is a limited liability company organized under the laws of the State of Florida. filed on January 13, 2011, effective January 14, 2011. The document number of this limited liability company is L11000005436. 1 further certify that said limited liability company has paid all fees due this office through December 31, 2017, that its most recent annual report was filed on February 13, 2017. and that its status is active. Given tinder my hand and the Great Seal of the State of Florida at Tallahassee, the Capital,this the Thirteenth day of February, 2017 — � ac ICe% 04;4'‘ Secretary of State Tracking Number: CC5910593691 To authenticate this certificate,visit the following site,enter this number,and then Ifollow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfstatus/Certificate.Authentication 3 State of Florida Department of State I certify from the records of this office that ROTH SOUTHEAST is a Fictitious Name registered with the Department of State on June 13, 2012. The Registration Number of this Fictitious Name is G12000058141. I further certify that said Fictitious Name Registration is active. I further certify that said Fictitious Name Registration filed a renewal on March 16, 2017, and expires on December 31, 2022. Given under my hand and the Great Seal of Florida, at Tallahassee,the Capital, this the Seventeenth day of March, 2017 Secretary of State Authentication ID-300296820'43-031717-612000058141 To authenticate this certiticate:.4isit the following site,enter this ID,and then follow the instructions displayed. https://efile.sunbiz.orgkertauthver.html BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S.Andrews Ave., Rm.A-100, Ft. Lauderdale,FL 33301-1895—954-831-4000 VALID OCTOBER 1,2016 THROUGH SEPTEMBER 30,2017 ...d DBA: Receipt#:183-257372 Business Name:ROTH SOUTHEAST HEATING/AiRCONDIT/ON CONT .R Business Type:tMECHAN!CAL CONTRACTOR) Owner Name:MURRAY JESSE MAURER Business Opened:08/28/2013 Business Location:2260 SW 66 TER StatelCounty/CertJReg:CMC1250259 DAVIE Exemption Code: Business Phone:954-423-6640 Rooms Seats Employass Machines Professionals 29For Vending Suntans Only Number of Machines: Vending Type: l Tax Amount() Transfer Fee .00 I NSF Fee Penalty Pncr Years Collection Cost Total Paid 81.0 0. 0 0,00 0.00 0.00 81.07 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is non-regulatory in nature,You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location.This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Mailing Address: ROTH SOUTHEAST Receipt 4103A-1S-00009045 2260 SW 66 TER DAVIE, FL 33317 Paid 08/10/2016 81.00 2016 - 2017 _ ." WA DM rnf IAITV I P1/+A i of i@n9ee+!► TA%I 11 •.,.-r.,.• BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100,Ft. Lauderdale, FL 33301-1895—954-831-4000 VALID OCTOBER 1,2016 THROUGH SEPTEMBER 30,2017 DBA: Receipt#:ELECTRICAL/ALARMS/CONTRA Business Name:MRSE LLC Business Type:(ELECTRICAL CONTRACTOR) Owner Name:clays D HEW Business Opened:o2/27/2017 Business Location:2260 SW 56 TER State/CountylCertlReg:EC13007689 DAVIE Exemption Code: Business Phone:954-423-6640 Rooms Seats Employees Machines Professionals 29 For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 81.00 0.00 0.00 0.00 0.00 0.00 81.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is • non-regulatory in nature.You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements.This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location.This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Mailing Address: MRSE LLC Receipt #02C-16-00003504 2260 SW 66 TER Paid 02/28/201T 81.00 DAVIE, FL 33317 2016 - 2017 Bronco&Brown of Florida,Inc. i O\\ 1201 W. Cypress Creek Road.Ste 130(Zip: 33309) P.O. Bow 5727 1"()\\ 11 Fort Lauderdale,FL 33310-5727 -- 954/776-2222• FAX 954/772-7542 BONDS Statewide 1400/339-0259 February 14, 2017 City of Miami Beach do Procurement Department 1700 Convention Center Drive Miami Beach, FL 33139 RE: NIRSE LLC dba Roth Southeast Project: ITB No.2017-009-KB Furnish and Install Variable Frequency Drives, Valuable Air Volumes,Dampers,Chilled Water Pipe Insulation,and Controls at Miami Beach Police Department Surety: QBE Insurance Corporation A.M Best Rated A To Whom It May Concern: Per your request for evidence of bondability,this letter is to advise you that MRSE LLC dba Roth Southeast is set up for bonding with QBE Insurance Corporation. Our company has bonded MRSE LLC and have found them to be an outstanding contractor,with a good reputation in the construction industry. Based on their past experience, we have considered single jobs of S5,000,000.00 with an aggregate program of S 15.000,000.00 but this should not be construed as a maximum program amount. If MRSE LLC has a low bid acceptable to all parties, if adequate financing is confirmed, and if all other normal requirements are met. with surety approval, we look forward to providing a final bond on this project. As this is a letter of recommendation,and not a bid bond, Brown&Brown of Florida,Inc..QBE Insurance Corporation,their agents and owners accept no liability for its content. The Surety reserves the right to review each submission and base their final decision upon conditions that exist at the time of request. If we can be of additional assistance,please feel free to give us a call. Sincerely, James F. Murphy Attorney-In-Fact for QBE Insurance Corporation +..i OROTH 5 ❑ U T H E A E Automation•Energy Management•Lighting CMC12502.59 Tab D. Key Personnel Neil Caporale,Vice President of Operations(Estimator):ncaeoraleirothsoutheast.com Bic Vest,Construction Manager: bvest arothsoutheast.com Nigel Jones,Construction Superintendent: njoces arothsoutheast.corn Key Personnel Resumes are included in this tab. - During the Bid process and awaiting executed contract Neil Caporale will be the City's primary contact. - Once the contract is executed Bic Vest will become the City's primary contact. - Nigel Jones will be the on-site contact. Neil Caporale Bic Ashley Vest Caporale Roth's NigelD Subcontractor Programmer Jones Roth's Install Tech Bic Vest will coordinate all work with our subcontractors. Thermal Concepts. Inc will be subcontracted to provide HVAC Ductwork and Piping. B.A.R. will be subcontracted to provide Electrical High Voltage Wiring. Roth Southeast 2260 S.W.66 Terrace Davie,Florida 33317 o:954.423.6640 f:954.423.6684 w:RothSoutheast.com t La C 1 74ti 00 a c.)• 0 0 - c y S 0 : = E W 0 • • • • 7 Z i c c `o • E v O L C a y `^ C3 4,1 C E v 0J U I--tz L • C cc vi5O ca a, 7 u rs C 4J tl0 al "ci V1C t C 73 • v to C cm t/7 4l o _ w " N a) m CU L C C CVJ a) '- a • W = 0t- c., W^ Y co J w C E c E W E c N „,, G ' ro v W C C 65 C 3 F2 ” 0 V: E o 0 m w $ y w = 43 a. 41 w L O V t c o ,4 „ R1 CU WG a. � n i e ` .. . 9 C N . • :4 3 L N u O 000 _ c W a a I v s ro C cu 00 C L H A V m W L7 0 3 V o a, o u '" 0, = ,5 = t1 '15 ,12 n 3 rn m > „ u E c g 3 „ E u '- c m oc m >" � O1- fzuum o rs o c CL y d d > ^ u u 7 N C3 _ a C 7 O t7 d h .al r H N Y E La, a. W ,.f C u Z.-- ' P O Q c m to 4 a c < _� h °D 'cia T.3 c c a) a Q w f.71 ▪ Lai v 'w • c v X e O .. < 7 p S p `` a. p ,n 7 -0 W ' C Q a '3 t C W ''' p = O '^ ++,+ o X Oil 2 . : m G l' C .cC C W 010 uct '" N ry R V) Z `1 u au = C 0 61 8 C 'o y . Y .8 L t. Q Q_ o C L • C U p 0 u = W g X „ s sr CU tu n O. Z u p a o O y 8 c a.G O Z z v € L £q E ar.• W 7 00 '^ w Q GA C p W Q 0 4 Z ti 1 L Q. R r >'. EE v E 2 u ,, �o c !- u 8 A d elt —" c c a X o N C J Q . N t o N 3 W Q «.+ Z CO W • • • CL W 0 u. = F Q Z Z _+ = \ 1144•001111141M \ . '§ ▪ CU § S CIS ° $ ‘n § \ ' - a k 4IA - C. 4-'7 / / & c « a, 2 / £ ƒ f \ • c \ '1.- m \ L. • -0 5 E 2 O 2 >. t a ) § e o c = m E 0 % « u t § 5 ( - r, 0. 2CI � § % Q ; 5k � 2 = g � ' 2 ® = E $ / / _ ƒ o2 � m2 r k \ 0.0 / § 5 ) B 6 E n Ls \ ' 41 / U) , aco u 3 E \ 2 '� \: • k \ © \ ; 2 \ - LAJd ,- V , / ƒ J : d o c 4.4 .0 k IC . 2 - _ © C c 2 0 � � Vii § { q E 2 2 \ - m CO tftJ.« L. 5 / Cta‘l 2 CC § CD \2 > a c r tel co L: • 8 A / \ ■ g \ c 2 :4. 0 / z ■ . » ■ \ G = 2 a : E v E 2 k & \ « ± § § , ', = / 0 f k % § ° •_ 1.14 § = 7 t fid« a ® 9 - - • _ d ■ § z } i § \ a \� z � / ra § % i 7 § 3 .C2 2 < 2 \ $ •- a v a 5 2 f 'As a. . V 0 n . z ■ o I k 12 o en � � % ? 2 222 < ■ o Ulgaa - 2 \ § g « c c I # t ) k 2 CDS> r \ 5 0 m ,X § 5 a= $ c. D _ Ne 1::', 6 = . » . , , • ■ z k s £ I � ,�r = \ > / IIININIIMMIlliCOtat .4.-, 0 . .- ) °cv, © > ` \ c . c S lii -1W � 5 V E \ $ E / • / .- c / c # $ 0 % E / §§�k rts (13 / 0 § E ) _- § / \ 2 § -0 7 ° Z Z _ S 2m o3 .0 = o k _ 70 © - � oo � § a v % ® & ( f o c 0 = } 5 co . E ill} : 3 « % f . as § .\ o m m / S ® 2 C . ( 2 / \ § / 5 - / 2fa 2u. C %.,, 3 2 C t31 VI - Olc c / 0011•11t C 4)° % § - 2 ! ft g . ° U U 41 � 2 �« , ; o , k ■ ■ = = o � � 3 \ ch- § a' 0cg 82 / \ \ k ) % c u = � � o _ u \�(tA« c E > ^O.\ k / CLI 2 ƒ - k ■ as c 7 0 ? an :\. = M c - ® ■ — U 7 E % 0_ - U a < o ; \ c cz k 3 = > k k : 220 % E _ a « CO Ik / CQ. £ ) 7 § - - « , c « C C m. & ■ - 0 a � \2 & _ 71 I p VA ' ° u ' ` w § - , « a ± i } z 2 u - a = & x t 0 ® _ 41 <g. ■ 0 C . U vt Li ,t 0 2 ; § C < ; � o f _c o z 2 § o - cc z cj ■us u § 2 : z © u = 0 - ° - v E L. km ■ • \ f a = « R 6 0 o 2 = - _ > I = - o 5 « = § - 5 - - £ a. � 2 ) � 7 z [ 0 A o a 7 o a § 1" « «} al = 0 & ■ CO = _ ••..no, ..., 1 •1 is....i. i tot. 10 161# = t 411 -1/,-----„ : „........., Crt ---op ti ,., W ttk oat , ,..... = .i' r-7' trafr la I , ...... ,....„ ,...,,, i. = . .,,,, ,„,......„.,. :,„...., , ra. ...z.. ii.1 tz 4 V ' II . 11 % ,....„.. 1 r.4. 44 4, • N.... = ) N.••• '..v.... ... ::.,.. ,-, 1 ,....," ::4•*. J::: :„.4,0, ..../ iy *-0.6.• IA ,,:: ,,), , . Rks) % ----_____ ...., Ick ,---"., is ami=*••• tot • itt60 1 I 1 1.1.1....1.-_1, v i la • W, I 1. I,.. 1 1`4, ''':', 3•.t 4 ..a i r _ , . h :41 .,-. 1 :t. ..„ , ..... it, ,I 1 , Kt- 'ili A • .....1•0 I O L■V i L . v o cw o C Ck •z to c E--- 0 0 U mo owl (D fa) cil U E0 L. N C 4---) 2 F. D V ' 0 N C O o -Z7, (13 c = 3 co @ ca.) sem-( C 0 Z ime C INNO 1111 v J et CA D RS U CO ..... (--- ,... , ,,,,.: u u 1 A. R_W ' W SI%V C V) 0 _ L ■... O CD 4•11 Wmom L C Q Cl- `id 0 C, CD .0 is w L -a til WII MEI 4 silo L n$ .— Ca .*.r 4=1L L a) t =;0) 0 m E. = E ill')x C _ *6 40 14 ,ik a a • c � 1. 111 E 3 ....§ ' ,` r •�. �u'y-.y 1\1•, Ih �,.,.,.�•y\N�( r, 1{t�t ,•••-. , wn i-,,,,,,,0114"••• - -;,>:''''.41e"'"" � ; \� \�\ j '-t7,, /,:_lv,(j :\i en1�4 t 1 V.,,,_.- -y__ _t \ a', .\~(3, ,1?", �,. l �j" .� %!, -_ \` _ '1 -Jc ,, ,�• .,, .. �� �, If ;,: ' / �����. i \{, 1. / \�/ ` ) ( V. ij ' ii; /r C..:2\9. = ) a+ t�/ l Vit, t?",/.Z) 1S 1""" 1ii U� .,:n . (,-, ,) `. r„, , c:, %- cy 3a ii ..,, ra " Zii TI (;\:_t ?\ fil\9 11 a q c) (CS./_3 ,;,,c\ „ < "g; • �1' Gi G`• \` rr �, ir �i ti ;,'J �� :y 4i ii v�1if ‘,11)e ~ \ (7.--; /v� %Q l . _/ --- %' J " A-1 City of Miami Beach ITB Price Form PROJECT:1TB 2017-009-KB The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the Gty's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the menerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1.—Bidders Price: Furnish and Install VFD's,VAV's,Dampers.do Chilled Water Pipe insulation,and Controls at MBPD Description Cost 01- General Requirements $ 9,689.00 02-Demolition $ 19,600.00 03- Fire Alarm $ 372.00 04-Controls $ 51,761.00 05—Variable Frequency Drives $ 12,046.00 06—Variable Mr Volumes $ 55,460.80 07—HVAC Ductwork $ 21,008.00 08—Electrical High Voltage $ 13,057.00 09—Electrical Low Voltage $ 21,079.00 10- Finishes $ 8,217.60 (Includes Pipework) 11-Specialties $ 27,029.20 Bond $ 2,650.00 Insurance $ 0.00 Subtotal $ 241,696.60 Allowance for City Indemnification $25.00 Permit Allowance $5•000•00 *Lump Sum Grand Total(Total Base Bid) $ 246,994.60 *PROJECT SHALL BE AWARDED TO THE LOWEST,RESPONSIVE,RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Continued on the following page. Section 2-Bidder's Affirmation: Company: \MSE LLC dba Roth Southeast Address Line 1: 2260 SW 66th Terrace Address line 2: Davie,FL 33317 Telephone: (954)423-6640 Email: nca : hso404 o and/or acaporale@rothsoutheast.com Signature: i Title/Printed Name: P ident, Lawrenc- . Maurer Date Submitted: March 24, 2017 owe Balance of Page Intentionally Left Blank ..s 56 } A-2 City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted. to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITB) No. 2017-009-KB Furnish and Install VFD's, VAV's &Pneumatic Controls at MBPD The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITS Price Form, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. 57 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment ') Amendment 6 02/08/2017 Amendment 2 Amendment 7 02/08/2017 Amendment 3 Amendment 8 03/01/3017 Amendment 4 j Amendment 9 03/16/2017 Amendment 5 Amendment 10 03/22/2017 Attached is a Bid Bond E. Cash El, Money Order El, Unconditional Letter of Credit ❑, Treasurer's Check 'El, Bank Draft 17,, Cashier's Check ❑, or: Surety capacity letter included in Tab C Financial Statements per Bid Submission Certified Check ❑ No. Format Requirements Bank of N/A for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: MRSE LLC dba Roth Southeast Address Line 1: 2260 SW 66th Terrace Address Line 2: Davie,FL 33317 Telephone Number: (954) 423-6640 E-mail Address: ncaporale@rothsoutheast.com and acaporale@rothsoutheast.com Social Security Number: OR Federal I.D. Number: Dun &Bradstreet No.: 27-4539467 02-327-9121 If a partnership, names and addresses of partners: N/A 53! A-2 (Sign below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) (Sign below if incorporated) MRSE LLC dba Roth Southeast ATTEST: (Type or Print Name of Corporation) Adoe . Ar. Secretary / ,�_� ' 'sident J ' (Signature •nd Title) (CORPORATE SEAL) Lawrence D.Maurer (Type or Print Name Signed Above) Incorporated under the laws of the State of: Florida .� JUDITH RIVERA +"r " MY COMMISSION It GG089375 f'1...e'':Qr EXPIRES February 02,2021 A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN SEVEN(7) CALENDAR DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years CMC 1250259 5 EC13007689 6 months 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. See tab D. Experience and Key Personnel 3. What business are you in? Mechanical/HVAC Controls/ Building Automation/Security/Lighting 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. City of Pembroke Pines EPC,5543,387.00, February 28,2017 5. Have you ever failed to complete any work awarded to you? If so, where and why? No 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. None 60, , .. A-3 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. See Tab B. Minimum Qualifications and Requirements SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co- venturers): a. Name of Project b. Owner and Point of Contact (Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent (%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? IC Yes ❑No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: MRSE LLC dba Roth Southeast B. The business is a: .7 Sole Proprietorship Partnership X Corporation 61 . _; A-3 C. The address of principal place of business is: 2260 SW 66th Terrace Davie,FL 33317 D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: • N/A E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. Same Owners: Thermal Concepts, Inc. Merlin Industries Inc Roth Southeast Lighting LLC F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. None G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). 62 _ A-3 None H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. None I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) weredefendants. None J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, please provide details. No K. Under what conditions does the Bidder request Change Orders? If new scope of work is issued or items are added that were not in the original scope of work, 63 A-3 L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. Lawrence D.Maurer-60% NI.Jesse Maurer-40% M. Individuals or entities (including our sub-consultants) with a controlling financial interest: have X have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. O. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? Yes X No P, Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? EYes XNo If the answer to either number 12 or 13 is yes, attach a written detailed explanation. Q. Is the business entity owned by a certified service-disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran-owned Business? E-Yes X No R. 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 A-3 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. S. 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. T. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. Continued on the following page. 65 A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: IF CORPORA Ar MRSE LLC dba Roth Southeast •- at.re Print Name of Corporation Lawrence D. Ma er 2260 SW 66th Terrace,Davie,FL 33317 -- Print Name Address Title: President WITNESS: ' ,a •�: JUDITH RIVERA Signature = MY COMMISSION X 00069375 ,; EXPIRES February 02,2021 Ashley Caporale Print Name Title: Office Mana , (CORPORATE SEAL) Attes . .W -- retary r- 66 Roth Southeast Projects in Progress AS of 3/10/17 I t 1. t- ------- - - . _ project Name: rBrickel City Centre Super Structure Project Name Auberge Beach Residences Location: I_Miarni,FL 33131 4_Lccalion: Fort Lauderdale owner: 153rickell CityCentre protect LLC 1 Owner Related Group - ' f Architect lArmiitectonica Intemationa4 Corp !Architect Nichols Brosch Wurst&Assocaites Gen.Contractor Americaible-Moriarty JV [Gen.Contractor Moss&A.ssociates -Mech.Contractor NIA 1Mech.Contractor Thermal Concepts,Inc. Contact _ Multiple,Each Block Contact Gary DeMars Phone: 305-842-2181 Phone: 954-472-4465 Fax: N/A Fax: 954-370-6410 Contract Amount 2,795,00100 Contract Amount 139,789.00 %Completed 98% %Completed 0% New Construction,provide complete BMS System Phase 1-North Tower,Garage and Common Area for North Block,West Block,and East Block 1st and 2nd floors.This does not include South Tower Scope of,Work: Buildings-LEED project-Bonded Project Scope of Work: which will be in phase 2 . _ Project Name: Southside Elementary School Project Name: John - K.h School-Gym Location: Miami,FL r Location: Cayman Islands _ Owner , School Board of Miarni-Darle County Owner Cayman Islands Government kchitect Wolfbenj Alvarez Architect N/A _ r- Gen.Contractor N/A Gen.Contractor IAndrivoup Ltd. -i- • l - Merit.Contractor FXP Corp. Mech.Contractor i N/A - _ Contact Francisco Perez Contact Pat Weber Phone: 1305-667-9145 Phone: 345-949-8000 Fax: 1305-667-9149 1Fax: 345-946-1429 -t- Contract knount32,000.00 i Contract Amount 105,518.00 _ %Completed 30% %Completed 20% Supply controls equipment and labor to coordinate Provide material and labor for Building 1 installation,program,checkout and commission John Scope of Work: Renovation new BMS system Scope of Work: I Gray High School Gym project Name: [Icon Las Olas I roject Name: Ritz Sunn Isles Location: Fort Lauderdale,FL Location: Suuny Isles,FL ' Owner . Related Group)/Florida Owner Fortune International and Chateau Ocean LLC _ Architect „Steven Feller Architect • , itectonica Gen.Contractor Moss&Associates Gen.Contractor ,Suffolk Construction Co. Mach.Contractor Thermal Concepts,Inc. Mech.Contractor [Thermal Concepts,Inc. _ Contact Shawn Kohfl Contact Shawn Kali Phone: -954-472-4465 Phone: 954-472-4465 Fax: 954-370-6410 Fax: 954-370-6410 Contract Amount 131784,85 — Contract Amount 250,500.00 It!Cornpieted__80°Ik %Compieted 10% icitiiii7op Viding ProTiosal forT3-AS-c-OnfrOl syitem ---- Sco of Wok. las stated in the prints through Rev 4. Scope Work: Provide controls and monitoring ofnew HV!Nc system, ..... — -- , Project Name: Florida Keys Community Co BAS parade Location: Key West,FL ArchitectOwnFlorida Keys Community Co . i- Contractor:: TN/A Mech.Contractor N/A , -1-- - Contact G 9nn 05-809-3184 Phone _______ ____ ne 13 Fax: 1305:292-5 act Amount 1230,976.00T63 __ -,-- ___ _ ____ _____ -Contr %Completed— 170% upgrade we wit provide a new cornouter ,workstation,software and graphics_This new system will be Bacnet empatbie and provide web access and new commination access to smart ; Scope of Work: !devices 1 Page 1 of 1 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this 24 day of March , 2017. The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based p the documents identified by the following number: Bid No. 2017-009-K: 40055 / / • SURE awrence D. Maur: PRINTED NAME President TITLE (IF CORPORATION) 671i' -' ' SUPPLEMENT TO BID/TENDER FORM: A-5 DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1). that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; 68 r A-5 (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of sub paragraphs(1)through (6). SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION id.-r Signature) L. rence D. Maurer MRSE LLC dba Roth Southeast (Print Vendor Name) STATE OF Florida COUNTY OF Broward The foregoing instrument was acknowledged before me this 24 day of March 20 17 , by Lawrence D. Maurer as President (name of person whose signature is being notarized) (title) of MRSE LLC dba Roth Southeast , known to me to be the person described herein, (name of corporation/company) or who produced as identification, and who did/did not take an oath. 69" _ A-5 NOTARY PUBLIC: Aid ,-. /nature) (Print Name) JUDITH RIVERA h: :'S MY COMMISSION 1R GG069375 EXPIRES February 02,2021 Ad",`;,' My commission expires:o f :/ 70 A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave. bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-XXX of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A `Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: 71 . A-6 • Competitively bid City contracts (bids. RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over$100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract(covered by the Ordinance). 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000; • The contractor has less than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; 72 _ A-6 • Contracts for professional NE, landscape A/E, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act": • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an 73 ! _ A-6 employee with the 'Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; ■ Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; • Debarment of contractors from City work, as prescribed by the City Code. Balance of Page Intentionally Left Blank 74. MIAMI BEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: MIRSE LLC dba Roth Southeast Name of Company Contact Person: Neil Caporale Phone Number 954-423-6640 Fax Number 954-423-6684 E-mail: ncaporale@rothsoutheast.com Ext.228 Vendor Number(if known): 50165 Federal ID or Social Security Number 27-4539467 Approximate Number of Employees in the U.S.: 28 (If 50 or less,skip to Section 4, date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund?_Yes X No Union name(s): Section 2.Compliance Questions Question 1.Nondiscrimination-Protected Classes A. Does your company agree to not dscriminate against your employees, applicants for employment, employees of the City. or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a "YES" answer means your company agrees it will not discriminate: a "NO" answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category C Race _Yes_No C Sex Yes No C Color _Yes_No C Sexual Orientation _Yes_No C Creed _Yes_No C" Gender Identity(transgender status) _Yes_No C.: Religion _Yes_No Domestic partner status Yes No C. National origin _Yes_No C Marital status Yes No Ancestry _Yes_No C Disability Yes No C Age _Yes_No C AIDS/HIV status Yes No ir Height _Yes_No C Weight Yes No B. Dees your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note:you must answer this question.even if you do not intend to enter into any subcontracts. _Yes_No 75 A-6 Question 2. Nondiscrimination - Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide 'Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of employees? YES NO C Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) ti..j 76 > _ . A-6 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: vAvw.rriarmibeachfl.dov/procurement/ Section 3.Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without proper documentation. your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document;to document leave programs,submit a copy of your company's employee handbook, If documentation for a particular benefit does not exist, attach an explanation. Have you submitted supporting documentation for each benefit offered? _Yes No Section 4.Executing the Document 1 declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this 24 day of March ,in the year 2017 ,at Davie , FL 40001".„-- 40110511p 2260 SW 66th Terrace 'gnat e Mailing Address Lawrence D. Maurer Davie,FL 33317 Name of Signatory City,State,Zip Code President Title 77 H _ UnitedHealthcare Insurance Company 185 Asylum Street Hartford. Connecticut 06103-0450 860-702-5000 Please call Customer Service at 1-800-357-0978 for assistance regarding claims, resolving a complaint or information about Benefits and coverage. Note: Call Customer Service at the telephone number on your ID card, or check our website www.myuhc.com to determine appropriate providers to contact in the case of emergency and other information regarding emergency services within the community. In some cases,the most cost effective action may be to visit an Urgent Care Center.Check your Schedule of Benefits to determine the copayment or coinsurance for a visit to the Urgent Care Center or your Physician's office, rather than seeking care at an emergency room in a hospital. Our website www.myuhc.com also includes information regarding plan details,such as copayments and coinsurance for various services,any required deductible and the status of your maximum out-of-pocket. Notice: Examine your provider's itemized statements. If you believe that you have been billed for procedures or services that you did not receive, please notify us. If we determine that you were improperly billed,we will reduce the amount of payment to the provider accordingly and we will pay you 20%of the reduction up to$500.This payment only applies in the event that you notify us of possible improper billing. The Certificate of Coverage and Schedule of Benefits contain a deductible. CCOV.ACA15.1.11.FL.KA Rev 1 Table of Contents Schedule of Benefits 1 Accessing Benefits 1 Prior Authorization 1 Covered Health Services which Require Prior Authorization 2 Care Management 4 Special Note Regarding Medicare 4 Benefits 4 Additional Benefits Required By Florida Law 23 Eligible Expenses 25 Provider Network 27 Designated Facilities and Other Providers 28 Health Services from Non-Network Providers Paid as Network Benefits 28 Limitations on Selection of Providers 28 Certificate of Coverage 1 Certificate of Coverage is Part of Policy 1 Changes to the Document 1 Other Information You Should Have 1 Introduction to Your Certificate 2 How to Use this Document 2 Information about Defined Terms 2 Don't Hesitate to Contact Us 2 Your Responsibilities 3 Be Enrolled and Pay Required Contributions 3 Be Aware this Benefit Plan Does Not Pay for All Health Services 3 Decide What Services You Should Receive 3 Choose Your Physician 3 Obtain Prior Authorization 3 Pay Your Share 3 Pay the Cost of Excluded Services 4 Show Your ID Card 4 File Claims with Complete and Accurate Information 4 Use Your Prior Health Care Coverage 4 Our Responsibilities 5 Determine Benefits 5 Pay for Our Portion of the Cost of Covered Health Services 5 Pay Network Providers 5 Pay for Covered Health Services Provided by Non-Network Providers 5 Review and Determine Benefits in Accordance with our Reimbursement Policies . 5 Offer Health Education Services to You 6 Certificate of Coverage Table of Contents 7 Section 1: Covered Health Services 8 Benefits for Covered Health Services 8 1. Ambulance Services 8 2. Clinical Trials 9 3. Congenital Heart Disease Surgeries 10 4. Dental Services-Accident Only 11 5. Diabetes Services 11 6. Durable Medical Equipment 12 7. Emergency Health Services-Outpatient 13 8. Hearing Aids 13 9. Home Health Care 13 10. Hospice Care .. 14 11. Hospital-Inpatient Stay 14 12. Lab. X-Ray and Diagnostics-Outpatient 14 13. Lab, X-Ray and Major Diagnostics -CT, PET Scans. MRI. MRA and Nuclear Medicine-Outpatient 14 14. Mental Health Services .. 15 15. Neurobiological Disorders-Autism Spectrum Disorder Services 15 16. Ostomy Supplies 16 17. Pharmaceutical Products-Outpatient 16 18. Physician Fees for Surgical and Medical Services 17 19. Physician's Office Services-Sickness and Injury 17 20. Pregnancy-Maternity Services 17 21. Preventive Care Services 18 22. Prosthetic Devices 18 23. Reconstructive Procedures 19 24. Rehabilitation Services- Outpatient Therapy and Manipulative Treatment 19 25. Scopic Procedures-Outpatient Diagnostic and Therapeutic 20 26. Skilled Nursing Facility/Inpatient Rehabilitation Facility Services 21 27. Substance Use Disorder Services 21 28. Surgery -Outpatient 22 29. Therapeutic Treatments-Outpatient 23 30. Transplantation Services 23 31. Urgent Care Center Services 23 Additional Benefits Required By Florida Law 23 32, Autism Spectrum Disorder 23 33. Bones or Joints of the Jaw and Facial Region 24 34 Cleft Lip/Cleft Palate Treatment 24 35. Dental Services-Anesthesia and Hospitalization 24 36. Enteral Formulas 25 37. Osteoporosis Treatment 25 Section 2: Exclusions and Limitations 26 How We Use Headings in this Section 26 We do not Pay Benefits for Exclusions 26 Benefit Limitations 26 A.Alternative Treatments 26 B. Dental 26 C. Devices. Appliances and Prosthetics 27 D. Drugs 28 E. Experimental or Investigational or Unproven Services 28 F. Foot Care 28 G. Medical Supplies 29 H. Mental Health 29 I. Neurobiological Disorders-Autism Spectrum Disorder 30 J Nutrition 31 K. Personal Care, Comfort or Convenience 31 L. Physical Appearance 32 M. Procedures and Treatments 33 N. Providers. 34 O. Reproduction 34 P. Services Provided under another Plan 34 0. Substance Use Disorders 35 R. Transplants 35 S. Travel 35 T. Types of Care 35 U. Vision and Hearing 36 V. All Other Exclusions 36 Section 3: When Coverage Begins 38 How to Enroll 38 If You Are Hospitalized When Your Coverage Begins., 38 Who is Eligible for Coverage 38 Eligible Person 38 Dependent 38 When to Enroll and When Coverage Begins 38 Initial Enrollment Period 39 Open Enrollment Period 39 New Eligible Persons.. 39 Adding New Dependents 39 Special Enrollment Period 40 Section 4: When Coverage Ends 42 General Information about When Coverage Ends 42 Events Ending Your Coverage 42 Other Events Ending Your Coverage 43 Coverage for a Disabled Dependent Child 43 Extended Coverage for Pregnancy 43 Extended Coverage for Total Disability 44 Continuation of Coverage 44 Section 5: How to File a Claim 45 If You Receive Covered Health Services from a Network Provider 45 If You Receive Covered Health Services from a Non-Network Provider 45 Required Information 45 Payment of Benefits 45 Section 6: Questions, Complaints and Appeals 47 What to Do if You Have a Question 47 What to Do if You Have a Complaint 47 How to Appeal a Claim Decision 47 Post-service Claims 47 Pre-service Requests for Benefits 47 How to Request an Appeal 47 Appeal Process 48 Appeals Determinations 48 Pre-service Requests for Benefits and Post-service Claim Appeals 48 Urgent Appeals that Require Immediate Action 48 Federal External Review Program 49 Standard External Review 49 Expedited External Review 50 Section 7: Coordination of Benefits 52 Benefits When You Have Coverage under More than One Plan 52 When Coordination of Benefits Applies 52 Definitions 52 Order of Benefit Determination Rules 53 Effect on the Benefits of This Plan 55 Right to Receive and Release Needed Information 56 Payments Made 56 Right of Recovery 56 When Medicare is Secondary 56 Section 8: General Legal Provisions 57 Your Relationship with Us 57 iii Our Relationship with Providers and Enrolling Groups 57 Your Relationship with Providers and Enrolling Groups 58 Notice 58 Statements by Enrolling Group or Subscriber 58 Incentives to Providers 58 Incentives to You 59 Rebates and Other Payments 59 Interpretation of Benefits 59 Replacement Situations 59 Administrative Services 59 Amendments to the Policy 60 Information and Records 60 Examination of Covered Persons 61 Workers'Compensation not Affected 61 Subrogation and Reimbursement 61 Refund of Overpayments 62 Limitation of Action 63 Entire Policy 63 Section 9: Defined Terms 64 Amendments, Riders and Notices (As Applicable) Outpatient Prescription Drug Rider Important Notices under the Patient Protection and Affordable Care Act (PPACA) Changes in Federal Law that Impact Benefits Women's Health and Cancer Rights Act of 1998 Statement of Rights under the Newborns' and Mothers' Health Protection Act Claims and Appeal Notice Health Plan Notices of Privacy Practices Financial Information Privacy Notice Health Plan Notice of Privacy Practices: Federal and State Amendments Statement of Employee Retirement Income Security Act of 1974 (ERISA) Rights ERISA Statement iv Section 9: Defined Terms Alternate Facility-a health care facility that is not a Hospital and that provides one or more of the following services on an outpatient basis. as permitted by law: • Surgical services. • Emergency Health Services. • Rehabilitative. laboratory. diagnostic or therapeutic services. An Alternate Facility may also provide Mental Health Services or Substance Use Disorder Services on an outpatient or inpatient basis. Amendment-any attached written description of additional or alternative provisions to the Policy. Amendments are effective only when signed by us. Amendments are subject to all conditions, limitations and exclusions of the Policy, except for those that are specifically amended. Annual Deductible-for Benefit plans that have an Annual Deductible, tnis is the amount of Eligible Expenses you must pay for Covered Health Services per year before we will begin paying for Benefits. The amount that is applied to the Annual Deductible is calculated on the basis of Eligible Expenses. The Annual Deductible does not include any amount that exceeds Eligible Expenses. Refer to the Schedule of Benefits to determine whether or not your Benefit plan is subject to payment of an Annual Deductible and for details about how the Annual Deductible applies. Autism Spectrum Disorder-a condition marked by enduring problems communicating and interacting with others, along with restricted and repetitive behavior, interests or activities. Benefits -your right to payment for Covered Health Services that are available under the Policy. Your right to Benefits is subject to the terms, conditions. limitations and exclusions of the Policy, including this Certificate, the Schedule of Benefits and any attached Riders andior Amendments. Coinsurance-the charge, stated as a percentage of Eligible Expenses, that you are required to pay for certain Covered Health Services. Congenital Anomaly-a physical developmental defect that is present at the time of birth, and that is identified within the first twelve months of birth. Copayment-the charge, stated as a set dollar amount, that you are required to pay for certain Covered Health Services. Please note that for Covered Health Services, you are responsible for paying the lesser of the following: • The applicable Copayment. • The Eligible Expense. Cosmetic Procedures-procedures or services that change or improve appearance without significantly improving physiological function. as determined by us. Covered Health Service(s) -those health services, including services. supplies, or Pharmaceutical Products. which we determine to be all of the following: • Medically Necessary. • Described as a Covered Health Service in this Certificate under Section 1: Covered Health Services and in the Schedule of Benefits. • Not otherwise excluded in this Certificate under Section 2: Exclusions and Limitations. COC.ACA15.CER.I.11.Fl.KA Rev.1 64 Covered Person-either the Subscriber or an Enrolled Dependent. but this term applies only while the person is enrolled under the Policy. References to"you"and"your"throughout this Certificate are references to a Covered Person. Custodial Care-services that are any of the following: • Non-health-related services. such as assistance in activities of daily living(examples include feeding. dressing, bathing, transferring and ambulating). • Health-related services that are provided for the primary purpose of meeting the personal needs of the patient or maintaining a level of function (even if the specific services are considered to be skilled services), as opposed to improving that function to an extent that might allow for a more independent existence. • Services that do not require continued administration by trained medical personnel in order to be delivered safely and effectively. Dependent-the Subscriber's legal spouse or a child of the Subscriber or the Subscriber's spouse.All references to the spouse of a Subscriber shall include a Domestic Partner, except for the purpose of coordinating Benefits with Medicare. The term child includes any of the following: • A natural child. • A stepchild. • A legally adopted child. • A child placed for adoption. • A child placed for foster care. • A child for whom legal guardianship has been awarded to the Subscriber cr the Subscriber's spouse. • A newborn child of an Enrolled Dependent. The newborn child may be covered from birth to 18 months of age. To be eligible for coverage under the Policy, a Dependent must reside within the United States. The definition of Dependent is subject to the following conditions and limitations: • A Dependent includes any child listed above under 26 years of age. • A Dependent includes a dependent child age 26 or older who is or becomes disabled and dependent upon the Subscriber. • In the event that the Subscriber has a Dependent who meets the following requirements, extended coverage is available for that Dependent up to the age of 30. Contact your Enrolling Group for details. To be eligible for extended coverage. a Dependent must satisfy the following: • Does not have dependent of his or her own; • Is a resident of Florida or a Student, and • Does not have coverage as a named subscriber, insured, enrollee or covered person under any other group. blanket or franchise health insurance policy or individual health benefits plan, or is not entitled to benefits under Title XVIII of the Social Security Act. If such a Dependent's coverage is terminated at the end of the month in which the Dependent reached age 26, the child is not eligible to be covered under the Policy unless the Dependent was continuously covered by Creditable Coverage without a gap in coverage of more than 63 days. COC.ACA15 CER.1.11.FL.KA Rev.1 65 A child who is covered under extended coverage provisions set forth above ceases to be eligible as a Dependent on the last day of the calendar year following the child's attainment of the limiting age or when the child no longer meets the requirements. The Subscriber must reimburse us for any Benefits that we pay for a child at a time when the child did not satisfy these conditions. A Dependent also includes a child for whom health care coverage is required through a Qualified Medical Child Support Order or other court or administrative order. The Enrolling Group is responsible for determining if an order meets the criteria of a Qualified Medical Child Support Order. A Dependent does not include anyone who is also enrolled as a Subscriber. No one can be a Dependent of more than one Subscriber. Designated Facility-a facility that has entered into an agreement with us. or with an organization contracting on our behalf, to render Covered Health Services for the treatment of specified diseases or conditions. A Designated Facility may or may not be located within your geographic area.The fact that a Hospital is a Network Hospital does not mean that it is a Designated Facility. Designated Network Benefits-for Benefit plans that have a Designated Network Benefit level, this is the description of how Benefits are paid for Covered Health Services provided by a Physician or other provider that we have identified as Designated Network providers. Refer to the Schedule of Benefits to determine whether or not your Benefit plan offers Designated Network Benefits and for details about how Designated Network Benefits apply. Designated Physician-a Physician that we've identified through our designation programs as a Designated provider. A Designated Physician may or may not be located within your geographic area. The fact that a Physician is a Network Physician does not mean that he or she is a Designated Physician. Domestic Partner-a person of the opposite or same sex with whom the Subscriber has established a Domestic Partnership. Domestic Partnership-a relationship between a Subscriber and one other person of the opposite or same sex. Ali of the following requirements apply to both persons: • • They must not be related by blood or a degree of closeness that would prohibit marriage in the law of the state in which they reside. • They must not be currently married to, or a Domestic Partner of, another person under either statutory or common law. • They must share the same permanent residence and the common necessities of life. • They must be at least 18 years of age. • They must be mentally competent to consent to contract. • They must be financially interdependent. Durable Medical Equipment-medical equipment that is all of the following: • Can withstand repeated use. • Is not disposable. • Is used to serve a medical purpose with respect to treatment of a Sickness, Injury or their symptoms. • Is generally not useful to a person in the absence of a Sickness, Injury or their symptoms. • Is appropriate for use, and is primarily used, within the home. COC.ACA15.CER.I.11.FL.KA Rev.1 66 • is not implantable within the body. Eligible Expenses-for Covered Health Services, incurred while the Policy is in effect. Eligible Expenses are determined by us as stated below and as detailed in the Schedule of Benefits. Eligible Expenses are determined solely in accordance with our reimbursement policy guidelines. We develop our reimbursement policy guidelines, in our discretion following evaluation and validation of all provider billings in accordance with one or more of the following methodologies: • As indicated in the most recent edition of the Current Procedural Terminology(CPT), a publication of the American Medical Association. and/or the Centers for Medicare and Medicaid Services (CMS). • As reported by generally recognized professionals or publications. • As used for Medicare. • As determined by medical staff and outside medical consultants pursuant to other appropriate source or determination that we accept. Eligible Person-an employee of the Enrolling Group or other person whose connection with the Enrolling Group meets the eligibility requirements specified in both the application and the Policy.An Eligible Person must reside within the United States. Emergency Health Services -medical screening. examination and evaluation by a Physician, or to the extent permitted by applicable law, by other appropriate personnel under the supervision of a Physician, to determine if an Emergency Medical Condition exists, and if it does. the care, treatment or surgery for a Covered Health Service by a Physician necessary to relieve or eliminate the Emergency Medical Condition. within the service capability of a Hospital. Emergency Medical Condition-a medical condition, including Injury. Sickness or Mental Illness, manifesting itself by acute symptoms of sufficient severity, which may include severe pain or other acute symptoms, such that the absence of immediate medical attention could reasonably be expected to result in any of the following: • 1. Serious jeopardy to the health of a patient, including a pregnant woman or a fetus. 2. Serious impairment to bodily functions. 3. Serious dysfunction of any bodily organ or part. With respect to a pregnant woman: 1. That there is inadequate time to affect safe transfer to another Hospital prior to delivery: 2, That a transfer may pose a threat to the health and safety of the patient or fetus; or 3. That there is evidence of the onset and persistence of uterine contractions or rupture of the membranes. Enrolled Dependent-a Dependent who is properly enrolled under the Policy, Enrolling Group-the employer. or other defined or otherwise legally established group. to whom the Policy is issued. Experimental or Investigational Service(s)-medical, surgical, diagnostic, psychiatric, mental health, substance-related and addictive disorders or other health care services, technologies, supplies, treatments. procedures. drug therapies. medications or devices that, at the time we make a determination regarding coverage in a particular case, are determined to be any of the following' COC.ACAI5.CER.1.11.FL.KA Rev,1 67 • Not approved by the U.S. Food and Drug Administration (FDA)to be lawfully marketed for the proposed use and not identified in the American Hospital Formulary Service or the United States Pharmacopoeia Dispensing Information as appropriate for the proposed use. • Subject to review and approval by any institutional review board for the proposed use. (Devices which are FDA approved under the Humanitarian Use Device exemption are not considered to be Experimental or Investigational.) • The subject of an ongoing clinical trial that meets the definition of a Phase I, II or III clinical trial set forth in the FDA regulations, regardless of whether the trial is actually subject to FDA oversight. Exceptions: • Clinical trials for which Benefits are available as described under Clinical Trials in Section 1. Covered Health Services. • If you are not a participant in a qualifying clinical trial, as described under Clinical Trials in Section 1: Covered Health Services, and have a Sickness or condition that is likely to cause death within one year of the request for treatment we may, in our discretion. consider an otherwise Experimental or Investigational Service to be a Covered Health Service for that Sickness or condition. Prior to such a consideration, we must first establish that there is sufficient evidence to conclude that, albeit unproven, the service has significant potential as an effective treatment for that Sickness or condition. Genetic Testing -examination of blood or other tissue for chromosomal and DNA abnormalities and alterations, or other expressions of gene abnormalities that may indicate an increased risk for developing a specific disease or disorder. Home Health Agency-a program or organization authorized by law to provide health care services in the home. Hospital -an institution that is operated as required by law and that meets both of the following: • It is primarily engaged in providing health services. on an inpatient basis, for the acute care and treatment of injured or sick individuals. Care is provided through medical, diagnostic and surgical facilities. by or under the supervision of a staff of Physicians. • • It has 24-hour nursing services. • It is accredited as a Hospital by the Joint Commission on Accreditation of Healthcare Organizations or by the American Osteopathic Hospital Association. A Hospital is not primarily a place for rest. Custodial Care or care of the aged and is not a nursing home, convalescent home or similar institution. Note: If services specifically for the treatment of a physical disability are provided in a licensed Hospital which is accredited by the Joint Commission on the Accreditation of Healthcare Organizations, the American Osteopathic Association or the Commission on the Accreditation of Rehabilitative Facilities, payment for such services will not be denied solely because such Hospital lacks major surgical facilities or is primarily of a rehabilitative nature. Recognition of these facilities does not expand the scope of Covered Health Services under the Policy. It only expands the setting where Covered Health Services may be performed. Initial Enrollment Period -the initial period of time during which Eligible Persons may enroll themselves and their Dependents under the Policy. Injury -bodily damage other than Sickness, including all related conditions and recurrent symptoms. Inpatient Rehabilitation Facility-a long term acute rehabilitation center. a Hospital (or a special unit of a Hospital designated as an Inpatient Rehabilitation Facility)that provides rehabilitation health services COC.ACAI5.CER.1.11.FL.KA Rev.1 68 (including physical therapy. occupational therapy andior speech therapy)on an inpatient basis, as authorized by law. Inpatient Stay -an uninterrupted confinement that follows formal admission to a Hospital, Skilled Nursing Facility or Inpatient Rehabilitation Facility. Intensive Outpatient Treatment a structured outpatient mental health or substance-related and addictive disorders treatment program that may be free-standing or Hospital-based and provides services for at least three hours per day. two or more days per week. Intermittent Care-skilled nursing care that is provided or needed either: • Fewer than seven days each week. • Fewer than eight hours each day for periods of 21 days or less. Exceptions may be made in exceptional circumstances when the need for additional care is finite and predictable_ Manipulative Treatment-the therapeutic application of chiropractic and/or osteopathic manipulative treatment with or without ancillary physiologic treatment and/or rehabilitative methods rendered to restore/improve motion. reduce pain and improve function in the management of an identifiable neuromusculoskeletal condition. Medically Necessary-health care services provided for the purpose of preventing, evaluating. diagnosing or treating a Sickness. Injury. Mental Illness, substance-related and addictive disorders, condition. disease or its symptoms, that are all of the following as determined by us or our designee. within our sole discretion. • In accordance with Generally Accepted Standards of Medical Practice. • Clinically appropriate, in terms of type. frequency. extent, site and duration. and considered effective for your Sickness. Injury, Mental Illness, substance-related and addictive disorders. disease or its symptoms. • Not mainly for your convenience or that of your doctor or other health care provider. • Not more costly than an alternative drug, service(s)or supply that is at least as likely to produce equivalent therapeutic or diagnostic results as to the diagnosis or treatment of your Sickness, Injury, disease or symptoms. Generally Accepted Standards of Medical Practice are standards that are based on credible scientific evidence published in peer-reviewed medical literature generally recognized by the relevant medical community. relying primarily on controlled clinical trials, or, if not available, observational studies from more than one institution that suggest a causal relationship between the service or treatment and health outcomes. If no credible scientific evidence is available. then standards that are based on Physician specialty society recommendations or professional standards of care may be considered.We reserve the right to consult expert opinion in determining whether health care services are Medically Necessary. The decision to apply Physician specialty society recommendations. the choice of expert and the determination of when to use any such expert opinion, shall be within our sole discretion. We develop and maintain clinical policies that describe the Generally Accepted Standards of Medical Practice scientific evidence, prevailing medical standards and clinical guidelines supporting our determinations regarding specific services.These clinical policies(as developed by us and revised from time to time). are available to Covered Persons on www.myuhc.com or by calling Customer Care at the telephone number on your ID card, and to Physicians and other health care professionals on UnitedHealthcareOnline. COC.ACA15.CER.1.11.FL.KA Rev.1 69 Medicare-Parts A. B. C and D of the insurance program established by Title XVIII, United States Social Security Act, as amended by 42 U.S.C. Sections 1394, et seq. and as later amended. Mental Health Services-Covered Health Services for the diagnosis and treatment of Mental Illnesses. The fact that a condition is listed in the current Diagnostic and Statistical Manual of the American Psychiatric Association does not mean that treatment for the condition is a Covered Health Service. Mental Health/Substance Use Disorder Designee-the organization or individual, designated by us, that provides or arranges Mental Health Services and Substance Use Disorder Services for which Benefits are available under the Policy. Mental Illness-those mental health or psychiatric diagnostic categories that are listed in the current Diagnostic and Statistical Manual of the American Psychiatric Association, unless those services are specifically excluded under the Policy. Network-when used to describe a provider of health care services. this means a provider that has a participation agreement in effect(either directly or indirectly)with us or with our affiliate to participate in our Network: however, this does not include those providers who have agreed to discount their charges for Covered Health Services by way of their participation in the Shared Savings Program. Our affiliates are those entities affiliated with us through common ownership or control with us or with our ultimate corporate parent. including direct and indirect subsidiaries. A provider may enter into an agreement to provide only certain Covered Health Services, but not all Covered Health Services. or to be a Network provider for only some of our products. In this case. the provider will be a Network provider for the Covered Health Services and products included in the participation agreement. and a non-Network provider for other Covered Health Services and products. The participation status of providers will change from time to time. Network Benefits-for Benefit plans that have a Network Benefit level. this is the description of how Benefits are paid for Covered Health Services provided by Network providers. Refer to the Schedule of Benefits to determine whether or not your Benefit plan offers Network Benefits and for details about how Network Benefits apply. Non-Network Benefits-for Benefit plans that have a Non-Network Benefit level. this is the description of how Benefits are paid for Covered Health Services provided by non-Network providers. Refer to the Schedule of Benefits to determine whether or not your Benefit plan offers Non-Network Benefits and for details about how Non-Network Benefits apply_ Open Enrollment Period -a period of time that follows the Initial Enrollment Period during which Eligible Persons may enroll themselves and Dependents under the Policy. The Enrolling Group determines the period of time that is the Open Enrollment Period. Out-of-Pocket Maximum -for Benefit plans that have an Out-of-Pocket Maximum, this is the maximum amount you pay every year. Refer to the Schedule of Benefits to determine whether or not your Benefit plan is subject to an Out-of-Pocket Maximum and for details about how the Out-of-Pocket Maximum applies. Partial HospitalizationlDay Treatment-a structured ambulatory program that may be a free-standing or Hospital-based program and that provides services for at least 20 hours per week. Pharmaceutical Product(s)- U.S. Food and Drug Administration(FDA)-approved prescription pharmaceutical products administered in connection with a Covered Health Service by a Physician or other health care provider within the scope of the provider's license. and not otherwise excluded under the Policy. Pharmaceutical Product List-a list that categorizes into tiers medications. products or devices that have been approved by the U.S. Food and Drug Administration(FDA). This list is subject to our periodic review and modification (generally quarterly, but no more than six times per calendar year). You may determine to which tier a particular Pharmaceutical Product has been assigned through the Internet at www.myuhc.com or by calling Customer Care at the telephone number on your ID card. COC.ACA15.CER.I.11.FL.KA Rev.1 70 Pharmaceutical Product List Management Committee-the committee that we designate for, among other responsibilities. classifying Pharmaceutical Products into specific tiers. Physician-any Doctor of Medicine or Doctor of Osteopathy who is properly licensed and qualified by law. Please Note: Any podiatrist, dentist. psychologist. chiropractor, optometrist, ophthalmologist. registered nurse anesthetist, dermatologist, OB/GYN or other provider who acts within the scope of his or her license will be considered on the same basis as a Physician. The fact that we describe a provider as a Physician does not mean that Benefits for services from that provider are available to you under the Policy. Policy-the entire agreement issued to the Enrolling Group that includes all of the following: • The Group Policy. • This Certificate. • The Schedule of Benefits. • The Enrolling Group's application. • Riders. • Amendments. These documents make up the entire agreement that is issued to the Enrolling Group. Policy Charge-the sum of the Premiums for all Subscribers and Enrolled Dependents enrolled under the Policy. Pregnancy -includes all of the following. • Prenatal care. • Postnatal care. • Childbirth. • Any complications associated with Pregnancy. Premium-the periodic fee required for each Subscriber and each Enrolled Dependent, in accordance with the terms of the Policy. Primary Physician -a Physician who has a majority of his or her practice in general pediatrics, internal medicine. obstetrics/gynecology, chiropractics, podiatry, family practice or general medicine. Private Duty Nursing -nursing care that is provided to a patient on a one-to-one basis by licensed nurses in an inpatient or home setting when any of the following are true: • No skilled services are identified. • Skilled nursing resources are available in the facility. • The skilled care can be provided by a Home Health Agency on a per visit basis for a specific purpose. • The service is provided to a Covered Person by an independent nurse who is hired directly by the Covered Person or his/her family.This includes nursing services provided on an inpatient or home- care basis.whether the service is skilled or non-skilled independent nursing. COC.ACAIS.CER.L.11.FL.KA Rev..1 71 Residential Treatment Facility -a facility which provides a program of effective Mental Health Services or Substance Use Disorder Services treatment and which meets all of the following requirements: • It is established and operated in accordance with applicable state law for residential treatment programs. • It provides a program of treatment under the active participation and direction of a Physician and approved by the Mental Health/Substance Use Disorder Designee. • It has or maintains a written. specific and detailed treatment program requiring full-time residence and full-time participation by the patient. • It provides at least the following basic services in a 24-hour per day, structured milieu: • Room and board. • Evaluation and diagnosis. • Counseling. • Referral and orientation to specialized community resources. A Residential Treatment Facility that qualifies as a Hospital is considered a Hospital. Rider-any attached written description of additional Covered Health Services not described in this Certificate. Covered Health Services provided by a Rider may be subject to payment of additional Premiums. (Ncte that Benefits for Outpatient Prescription Drugs. and Pediatric Vision Care Services and Pediatric Dental Services. while presented in Rider format, are not subject to payment of additional Premiums and are included in the overall Premium for Benefits under the Policy. Riders are effective only when signed by us and are subject to all conditions, limitations and exclusions of the Policy except for those that are specifically amended in the Rider. --' Semi-private Room-a room with two or more beds. When an Inpatient Stay in a Semi-private Room is a Covered Health Service, the difference in cost between a Semi-private Room and a private room is a Benefit only when a private room is necessary in terms of generally accepted medical practice, or when a Semi-private Room is not available. Shared Savings Program-the Shared Savings Program provides access to discounts from the provider's charges when services are rendered by those non-Network providers that participate in that program.We will use the Shared Savings Program to pay claims when doing so will lower Eligible Expenses. We do not credential the Shared Savings Program providers and the Shared Savings Program providers are not Network providers.Accordingly. in Benefit plans that have both Network and Non- Network levels of Benefits, Benefits for Covered Health Services provided by Shared Savings Program providers will be paid at the Non-Network Benefit level (except in situations when Benefits for Covered Health Services provided by non-Network providers are payable at Network Benefit levels, as in the case of Emergency Health Services). When we use the Shared Savings Program to pay a claim, patient responsibility is limited to Coinsurance calculated on the contracted rate paid to the provider, in addition to any required deductible. Sickness - physical illness. disease or Pregnancy. The term Sickness as used in this Certificate includes Mental Illness or substance-related and addictive disorders, regardless of the cause or origin of the Mental Illness or substance-related and addictive disorder. Skilled Nursing Facility -a Hospital or nursing facility that is licensed and operated as required by law. Specialist Physician -a Physician who has a majority of his or her practice in areas other than general pediatrics internal medicine, obstetrics/gynecology.family practice or general medicine. Student-a person who is enrolled in and attending a recognized course of study or training at one of the following. COC.ACA15.CER.1.11.FL.KA Rev.1 72 • An accredited high school. • An accredited college or university. • A licensed vocational school, technical school, cosmetology school. automotive school or similar training school. Student status is determined in accordance with the standards set forth by the educational institution. You are no longer a Student at the end of the calendar year during which you graduate or otherwise cease to be enrolled and in attendance at the institution. You continue to be a Student during periods of regular vacation established by the institution. If you do not continue as a Student immediately following the period of vacation. the Student designation will end as described above. Subscriber-an Eligible Person who is properly enrolled under the Policy. The Subscriber is the person (who is not a Dependent) on whose behalf the Policy is issued to the Enrolling Group. Substance Use Disorder Services -Covered Health Services for the diagnosis and treatment of alcoholism and substance-related and addictive disorders that are listed in the current Diagnostic and Statistical Manual of the American Psychiatric Association, unless those services are specifically excluded. The fact that a disorder is listed in the Diagnostic and Statistical Manual of the American Psychiatnc Association does not mean that treatment of the disorder is a Covered Health Service. Total Disability or Totally Disabled-a Subscriber's inability to perform all of the substantial and material duties of his or her regular employment or occupation; and a Dependents inability to perform the normal activities of a person of like age and sex. Transitional Care-Mental Health Services and Substance Use Disorder Services that are provided through transitional living facilities. group homes and supervised apartments that provide 24-hour supervision that are either: ti.. • • Sober living arrangements such as drug-free housing or alcohol/drug halfway houses. These are transitional, supervised living arrangements that provide stable and safe housing, an alcohol/drug- free environment and support for recovery. A sober living arrangement may be utilized as an adjunct to ambulatory treatment when treatment doesn't offer the intensity and structure needed to assist the Covered Person with recovery. • Supervised living arrangements which are residences such as transitional living facilities, group homes and supervised apartments that provide members with stable and safe housing and the opporturity to learn how to manage their activities of daily living. Supervised living arrangements may be utilized as an adjunct to treatment when treatment doesn't offer the intensity and structure needed to assist the Covered Person with recovery. Unproven Service(s)-services, including medications, that are determined not to be effective for treatment of the medical condition and/or not to have a beneficial effect on health outcomes due to insufficient and inadequate clinical evidence from well-conducted randomized controlled trials or cohort studies in the prevailing published peer-reviewed medical literature. • Weil-conducted randomized controlled trials. (Two or more treatments are compared to each other, and the patient is not allowed to choose which treatment is received.) • Well-conducted cohort studies from more than one institution. (Patients who receive study treatment are compared to a group of patients who receive standard therapy. The comparison group must be nearly identical to the study treatment group.) We have a process by which we compile and review clinical evidence with respect to certain health services. From time to time,we issue medical and drug policies that describe the clinical evidence available with respect to specific health care services.These medical and drug policies are subject to change without prior notice. You can view these policies at www.myuhc.com. COC.ACAI5.CER.I.1 1.FL.KA Rev.1 73 Please note: • If you have a life-threatening Sickness or condition (one that is likely to cause death within one year of the request for treatment)we may, in our discretion. consider an otherwise Unproven Service to be a Covered Health Service for that Sickness or condition. Prior to such a consideration,we must first establish that there is sufficient evidence to conclude that, albeit unproven, the service has significant potential as an effective treatment for that Sickness or condition. Urgent Care Center-a facility that provides Covered Health Services that are required to prevent serious deterioration of your health, and that are required as a result of an unforeseen Sickness, Injury, or the onset of acute or severe symptoms. COC.ACA15.CER.I.11.FL.KA Rev.1 74 A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety& Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT: THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method N/A .411 Total $ ::IRSE LLC dba Roth Southeast Name of Bidder , thorized Sign ure of Bidder •• Lawrence D. aurer 83 , CONSIDERATION FOR INDEMNIFICATION OF CITY A-7 Consideration for Indemnification of City $25.00 Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] 84! _ A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. N/A 85 ; � � THERM-6 OP ID:CX ACORO DATE(MM/DD/YYYY) �� CERTIFICATE OF LIABILITY INSURANCE 03/29/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Brown&Brown of Florida,Inc. PHONE FAX 1201 W Cypress Creek Rd#130954 No.Ext):954-776-2222 (NC,No): 954-776-4446 P.O.Box 5727 E-MAIL D-DARESS:certs@bbftlaud.com Ft.Lauderdale,FL 33310-5727 James F.Murphy INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Amerisure Mutual Ins.Co. 23396 INSURED MRSE LLC dba Roth Southeast INSURER B:Amerisure Insurance Co. 19488 2201 College Avenue INSURER C:North River Insurance Co. 21105 Davie, FL 33317 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MM/DO/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE _$ 1,000,000 CLAIMS-MADE X OCCUR X X GL20572050802 09/04/2016 09/04/2017 DAMAGE TO RENTED 1,000,000 PREMISES(Ea occurrence) $ X Contract Liab MED EXP(Any one person) $ 10,000 X XCU Included PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X ' COT- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY - COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) B X ANY AUTO X X CA20566620801 09/04/2016 09/04/2017 BODILY INJURY(Per person) $ ALL OWNED . SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS -- XX NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS • (Per accident) $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 C EXCESS LIAB CLAIMS-MADE 5811073353 09/04/2016 09/04/2017 _AGGREGATE _$ 10,000,000 DED X RETENTION$ 0 $ WORKERS COMPENSATION X PER 0TH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N B ANY PROPRIETOR/PARTNER/EXECUTIVE X WC206853908 04/01/2017 04/01/2018 E.L.EACH ACCIDENT $ 500,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 A Equipment Floater IM20942240202 09/04/2016 09/04/2017 Equipment 125,000 Leased/Rented Ded 2,500 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:2017-009-KB City of Miami Beach is an additional insured with respect to General and Auto Liability if required by written contract. Also additional insured on a primary and non-contributory basis with Respect to the general Liability if required by written contract. CERTIFICATE HOLDER CANCELLATION MIAMIBE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Miami Beach do ACCORDANCE WITH THE POLICY PROVISIONS. do Procurement Department 1700 Convention Center Drive AUTHORIZED REPRESENTATIVE Miami Beach,FL 33139 1 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD NOTEPAD: HOLDER CODE MIAMIBE THERM-6 PAGE 2 INSURED'S NAME MRSE LLC dba Roth Southeast OP ID: CX Date 03/29/2017 Waiver of subrogation applies in favor of the additional insureds with respect to General Liability, Automobile, and the Workers Compensation. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Policy Number Agency Number Policy Effective Date GL20572050802 0825039 09/04/2016 Policy Expiration Date Date Account Number 09/04/2017 09/01/2016 10972470 Named Insured Agency Issuing Company MRSE LLC/DBA ROTH SOUTHEAST BROWN&BROWN OF FLORIDA, AMERISUE MUTUAL INSURANCE INC./FT.LAUDERDALE COMPANY 1. a. SECTION II -WHO IS AN INSURED is amended to add as an insured any person or organization: (1) Whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business; or (2) Who is named as an additional insured under this policy on a certificate of insurance. b. The written contract,written agreement, or certificate of insurance must: (1) Require additional insured status for a time period during the term of this policy; and (2) Be executed prior to the "bodily injury","property damage",or"personal and advertising injury"leading to a claim under this policy. c. If, however: (1) "Your work" began under a letter of intent or work order; and (2) The letter of intent or work order led to a written contract or written agreement within 30 days of beginning such work; and (3) Your customer's customary contracts require persons or organizations to be named as additional insureds: we will provide additional insured status as specified in this endorsement. 2. SECTION II-WHO IS AN INSURED is amended to add the following: If the additional insured is: a. An individual,their spouse is also an additional insured. b. A partnership or joint venture, members, partners, and their spouses are also additional insureds. c. A limited liability company, members and managers are also additional insureds. d. An organization other than a: (1) Partnership; (2)Joint venture; or (3) Limited liability company; executive officers and directors of the organization are also additional insureds. Stockholders are also additional insureds, but only with respect to their liability as stockholders. e. A trust,trustees are also insureds, but only with respect to their duties as trustees. Includes copyrighted material of Insurance Services Office, Inc. CG 70 48 09 13 Pages 1 of 3 3. The insurance provided under this endorsement is limited as follows: a. That person or organization is an additional insured only with respect to liability arising out of: (1) Premises you: (a) Own; (b) Rent; (c) Lease; or (d) Occupy; or (2) Ongoing operations performed by you or on your behalf. If, however,the written contract,written agreement, or certificate of insurance also requires completed operations coverage, we will also provide completed operations coverage for that additional insured. b. Premises, as respects paragraph 3.a.(1)above, include common or public areas about such premises if so required in the written contract or written agreement. c. Additional insured status provided under paragraphs 3.a.(1)(b) or 3.a.(1)(c) above does not extend beyond the end of a premises lease or rental agreement. d. Ongoing operations, as respects paragraph 3.a.(2)above, does not apply to"bodily injury"or"property damage"occurring after: (1) All work to be performed by you or on your behalf for the additional insured(s) at the site of the covered operations is complete, including related materials, parts or equipment(other than service, maintenance or repairs); or (2) That portion of"your work"out of which the injury or damage arises is put to its intended use by any person or organization other than another contractor working for a principal as a part of the same project. e. The limits of insurance that apply to the additional insured are the least of those specified in the: (1) Written contract; (2) Written agreement; (3) Certificate of insurance; or (4) Declarations of this policy. The limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations. f. The insurance provided to the additional insured does not apply to"bodily injury","property damage", or "personal and advertising injury"arising out of an architect's, engineer's,or surveyor's rendering of, or failure to render, any professional services, including but not limited to: (1) The preparing, approving,or failing to prepare or approve: (a) Maps; (b) Drawings; (c) Opinions; (d) Reports; (e) Surveys; (f) Change orders; (g) Design specifications; and (2) Supervisory,inspection, or engineering services. Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 3 CG 70 48 09 13 g. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4.Other Insurance is deleted and replaced with the following: 4. Other Insurance. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: a. Primary; b. Excess; c.Contingent; or d. On any other basis; unless the written contract, written agreement, or certificate of insurance requires this insurance be primary. In that case,this insurance will be primary without contribution from such other insurance available to the additional insured. h. If the written contract,written agreement, or certificate of insurance as outlined above requires additional insured status by use of CG 20 10 11 85, then the terms of that endorsement, shown below, are incorporated into this endorsement to the extent such terms do not restrict coverage otherwise provided by this endorsement: ADDITIONAL INSURED-OWNERS,LESSEES OR CONTRACTORS(FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract, Agreement, or Certificate of Insurance that the terms of CG 20 10 11 85 apply (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work"for that insured by or for you. Copyright, Insurance Services Office, Inc., 1984 CG 20 10 11 85 i. If the written contract,written agreement, or certificate of insurance as outlined above requires additional insured status by use of an Insurance Services Office (ISO) endorsement, then the coverage provided under this CG 70 48 endorsement does not apply. Additional insured status is limited to that provided by the ISO endorsement. Includes copyrighted material of Insurance Services Office, Inc. CG 70 48 09 13 Pages 3 of 3 POLICY NUMBER: GL20572050802 COMMERCIAL GENERAL LIABILITY CG 72 13 11 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY WRITTEN CONTRACT, WRITTEN AGREEMENT, OR CERTIFICATE OF INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION IV- COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. Any additional insured coverage provided under this policy or any endorsement to this policy is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the written contract,written agreement,or certificate of insurance requires that this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. CG 72 13 11 12 POLICY NUMBER. GL20572050802 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I- COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1.through 6. of this endorsement amend the policy as follows: 1. LIQUOR LIABILITY Exclusion c. Liquor Liability is deleted. 2. NONOWNED WATERCRAFT AND NONOWNED AIRCRAFT(HIRED, RENTED OR LOANED WITH PAID CREW) Exclusion g. Aircraft,Auto or Watercraft, paragraph (2)is deleted and replaced with the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; Exclusion g. Aircraft, Auto or Watercraft,paragraph (6) is added as follows: (6) An aircraft that you do not own that is: (a) Hired; (b) Rented; or (c) Loaned to you; with paid crew for a period of five (5)consecutive days or less. Paragraph (6) does not apply if the insured has any other insurance for"bodily injury or"property damage"liability for such aircraft, whether such other insurance is primary, excess, contingent or on any other basis. 3. PREMISES ALIENATED A. Exclusion j. Damage to Property, paragraph (2)is deleted. B. The following paragraph is also deleted from Exclusion j. Damage to Property: Paragraph (2) of this exclusion does not apply if the premises are"your work"and were never occupied, rented or held for rental by you. 4. PROPERTY DAMAGE LIABILITY- ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3), (4), and (6)do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 5. PROPERTY DAMAGE LIABILITY-BORROWED EQUIPMENT A. Exclusion j. Damage to Property, paragraph (4) does not apply to "property damage"to borrowed equipment while at a jobsite and not being used to perform operations. Includes copyrighted material of Insurance Services Office, Inc. CG 70 49 11 09 Page 1 of 10 B. With respect to any one borrowed equipment item, provision S.A. above does not apply to "property damage"that exceeds $25,000 per occurrence or$25,000 annual aggregate. 6. PRODUCT RECALL EXPENSE A. Exclusion n. Recall Of Products,Work Or Impaired Property does not apply to"product recall expenses"that you incur for the"covered recall" of"your product". This exception to the exclusion does not apply to"product recall expenses"resulting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost incurred to regain customer approval; 4. Redistribution or replacement of"your product", which has been recalled, by like products or substitutes; 5. Caprice or whim of the insured: 6. A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance: 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; 8. Recall of"your product(s)"that have no known or suspected defect solely because a known or suspected defect in another of"your product(s)" has been found. B. Under SECTION III—LIMITS OF INSURANCE, paragraph 3. is replaced in its entirety as follows and paragraph 8. is added: 3. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of: a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of"bodily injury"and"property damage"included in the"products-completed operations hazard"and b. "Product recall expenses". 8. Subject to paragraph 5. above, $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. The insurance afforded by provisions 1.through 6. of this endorsement is excess over any valid and collectible insurance (including any deductible) available to the insured whether primary, excess or contingent, and SECTION IV., paragraph 4.Other Insurance is changed accordingly. 7. BLANKET CONTRACTUAL LIABILITY- RAILROADS When a written contract or written agreement requires Contractual Liability- Railroads,the definition of "insured contract" in Section V- Definitions is replaced by the following with respect to operations performed for, or affecting, a railroad: 9. "Insured Contract" means: a. A contract for a lease of premises. However,that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 10 CG 70 49 11 09 e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for"bodily injury"or"property damage"to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. 8. CONTRACTUAL LIABILITY-PERSONAL AND ADVERTISING INJURY Under SECTION 1 -COVERAGE B., paragraph 2. Exclusions, paragraph e.Contractual Liability is deleted. 9. SUPPLEMENTARY PAYMENTS Under SECTION I -SUPPLEMENTARY PAYMENTS-COVERAGES A AND B, paragraphs 1.b. and 1.d. are deleted and replaced with the following: b. Up to$2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to$500 a day because of time off from work. 10. BROADENED WHO IS AN INSURED SECTION II-WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company,you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership,joint venture or limited liability company, you are an insured. Your"executive officers"and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. Includes copyrighted material of Insurance Services Office, Inc. CG 70 49 11 09 Page 3 of 10 2. Each of the following is also an insured: a. Your"volunteer workers"only while performing duties related to the conduct of your business, or your"employees,"other than either your"executive officers," (if you are an organization other than a partnership,joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these"employees" or"volunteer workers" are insured for: (1) "Bodily injury" or"personal and advertising injury": (a) To you,to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee"while in the course of his or her employment or performing duties related to the conduct of your business, or to your other"volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or"volunteer worker" as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs(1)(a)or(b)above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in provision 11.of this endorsement. Paragraphs (1)(a), (1)(b) and (1)(c) above do not apply to your"employees"who are: (i) Managers; (ii) Supervisors; (iii) Directors; or (iv) Officers; with respect to"bodily injury"to a co-"employee". (2) "Property damage"to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of,or over which physical control is being exercised for any purpose by you, any of your"employees,""volunteer workers", any partner or member(if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your"employee"or"volunteer worker"), or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 10 CG 70 49 11 09 If such subsidiaries are not shown in the Declarations,you must report them to us within 180 days of the inception of your original policy. f. (1) Any person or organization, other than an architect, engineer or surveyor, required to be named as an additional insured in a "work contract", letter of intent or work order. However, such person or organization shall be an additional insured only with respect to covered "bodily injury," "property damage," and "personal and advertising injury'arising out of"your work"under that "work contract", letter of intent or work order. (2) We will provide additional insured coverage to such person or organization only: (a) for a period of 30 days after the effective date of the applicable"work contract", letter of intent or work order; or (b) until the end of the policy term in effect at the inception of the applicable"work contract", letter of intent or work order; whichever is earlier. (3) Coverage provided under this paragraph f. is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the"work contract", letter of intent or work order requires this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. (4) This paragraph f.does not apply if form CG 70 48, Contractors Blanket Additional Insured Endorsement, is attached to the policy. g. Any person or organization to whom you are obligated by virtue of a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the maintenance or use of that part of any premises leased to you, including common or public areas about such premises if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any"occurrence"that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) "Bodily injury", "property damage", and "personal and advertising injury"arising out of operations performed for the state or municipality; or (2) "Bodily injury"or"property damage" included within the "products-completed operations hazard." i. Any person or organization who is the lessor of equipment leased to you to whom you are obligated by virtue of a written contact to provide insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, no such person or organization is an insured with respect to any"occurrence"that takes place after the equipment lease expires. j. Any architect,engineer, or surveyor engaged by you but only with respect to liability arising out of your premises or"your work." Includes copyrighted material of Insurance Services Office, Inc. CG 70 49 11 09 Page 5 of 10 However, no architect, engineer, or surveyor is an insured with respect to"bodily injury," "property damage,"or"personal and advertising injury"arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph j. does not apply if form CG 70 48, Contractors Blanket Additional Insured Endorsement, is attached to the policy. k. Any manager, owner, lessor, mortgagee, assignee or receiver of premises, including land leased to you, but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises or land leased to you. However, no such person or organization is an insured with respect to: (1) Any"occurrence"that takes place after you cease to occupy that premises, or cease to lease the land; or (2) Structural alteration, new construction or demolition operations performed by or on behalf of that person or organization. 3. Any organization you newly acquire or form, other than a partnership,joint venture or limited liability company and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded until the end of the policy period. b. Coverage A does not apply to"bodily injury" or"property damage"that occurred before you acquired or formed the organization. c. Coverage B does not apply to"personal and advertising injury" arising out of an offense committed before you acquired or formed the organizat'on. d. Coverage A does not apply to"product recall expense"arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred to below as vendor) with whom you agreed, because of a written contract or agreement to provide insurance is an insured, but only with respect to "bodily injury" or "property damage" arising out of"yoLr products"that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect to: a. "Bodily injury" or"property damage"for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; c. Any physical or chemical change in "your product"made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of"your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of"your product"; Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 10 CG 70 49 11 09 g. "Your products"which,after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. `Bodily injury"or"property damage"arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This insurance does not apply to any insured person or organization from which you have acquired"your products", or any ingredient, part, or container,entering into, accompanying or containing "your products". No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 11. INCIDENTAL MALPRACTICE LIABILITY As respects provision 10.,SECTION II-WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your "employee"does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III- LIMITS OF INSURANCE, provisions 12. through 14. of this endorsement amend the policy as follows: 12. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. 13. INCREASED MEDICAL PAYMENTS LIMIT AND REPORTING PERIOD A. The requirement under SECTION I-COVERAGE C MEDICAL PAYMENTS that expenses be incurred and reported to us within one year of the date of the accident is changed to three years. B. SECTION III-LIMITS OF INSURANCE,paragraph 7.,the Medical Expense Limit, is subject to all of the terms of SECTION III - LIMITS OF INSURANCE and is the greater of: 1. $10,000; or 2. The amount shown in the Declarations for Medical Expense Limit. C. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU—SPECIFIC PERILS A. The word fire is changed to"specific perils"where it appears in: 1. The last paragraph of SECTION I—COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a "specific peril"or any combination of"specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III- LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000; or Includes copyrighted material of Insurance Services Office, Inc. CG 70 49 11 09 Page 7 of 10 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I - COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. Under SECTION IV- COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 15. through 17. of this endorsement amend the policy as follows: 15. KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim,Or Suit, paragraph a.is deleted and replaced and paragraphs e.and f. are added as follows: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an "occurrence"or an offense by your "employee(s)"shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers", directors, or managers has knowledge of the "occurrence"or offense. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. e. If you report an"occurrence"to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an"occurrence"to us at the time of the"occurrence"shall not be deemed a violation of paragraphs a., b.,and c. above. However, you shall give written notice of this"occurrence"to us as soon you become aware that this"occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated"covered recall"that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that"your product"must be withdrawn or recalled. Include a description of"your product"and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 16. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; c. We have issued this policy in reliance upon your representations; and d. This policy is void in any case of fraud by you as it relates to this policy or any claim under this policy. We will not deny coverage under this coverage part if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by the Coverage Form as soon as practicable after its discovery. However,this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. Includes copyrighted material of Insurance Services Office, Inc. Page 8 of 10 CG 70 49 11 09 17. TRANSFER OF RIGHTS(BLANKET WAIVER OF SUBROGATION) Paragraph 8.Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring"suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract, or if"your work"was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 18. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.b. of A.Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9.When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. 19. MOBILE EQUIPMENT REDEFINED Under SECTION V- DEFINITIONS, paragraph 12. "Mobile equipment", paragraph f. (1)does not apply to self- propelled vehicles of less than 1,000 pounds gross vehicle weight. 20. DEFINITIONS 1. SECTION V—DEFINITIONS, paragraph 4."Coverage territory" is replaced by the following definition: "Coverage territory"means anywhere in the world with respect to liability arising out of"bodily injury," "property damage,"or"personal and advertising injury,"including"personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a "suit"on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V—DEFINITIONS is amended by the addition of the following definitions: "Covered recall"means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in"your product"has resulted or will result in"bodily injury"or"property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of"your product"for: a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery,envelopes, production of announcements and postage or facsimiles; c. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d. Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; Includes copyrighted material of Insurance Services Office, Inc. CG 70 4911 09 Page 9 of 10 e. Rental of necessary additional warehouse or storage space; f. Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of"your products"that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid"bodily injury"or"property damage". "Specific Perils"means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or"water damage". "Water damage"means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. "Work contract" means a written agreement between you and one or more parties for work to be performed by you or on your behalf. Includes copyrighted material of Insurance Services Office, Inc. Page 10 of 10 CG 70 49 11 09 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule "Any person or organization required by written contract or certificate of insurance." "This endorsement is not applicable in California, Kentucky, New Hampshire, New Jersey, Texas and Utah." "This endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.15016)of the Missouri Statues,a contractual provision purporting to waive subrogation rights is against public policy and void where one party to the contract is an employer in the construction group of code classifications." This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 04/01/2017 Policy No. WC206853908 Endorsement No. Insured MRSE LLC dba Roth Southeast Premium S ,, Q j\rC- Insurance Company Amerisure Insurance Company Countersigned bye` ? r � � -�s �V� WC 00 03 13 Hart Forms tv sen-icus tPri 4-841 Coovriahr 1883 National Council on Compensation Insurance. %ruder No.t4411e8 Detail by FEI/EIN Number Page 1 of 2 40, Srf,V .org Cecerment of Mate / Division of Corooratons / Searco Recar1s / Deta/3v Document Number/ Detail by FEI/EIN Number Florida Limited Liability Company MRSE LLC Filing Information Document Number L11000005436 FEI/EIN Number 27-4539467 Date Filed 01/13/2011 Effective Date 01/14/2011 State FL Status ACTIVE Principal Address 2260 S.W. 66TH TERR. DAVIE, FL 33317 Changed: 01/19/2011 Mailing Address 2201 COLLEGE AVE DAVIE, FL 33317 Registered Agent Name&Address MAURER, LAWRENCE D 10741 SW 51ST ST DAVIE, FL 33328 Authorized Person(s)Detail Name&Address Title MGRM MAURER, LAWRENCE D 2260 SW 66 TERR DAVIE, FL 33317 Title MGRM MAURER, MURRAY J 2260 SW 66 TERR DAVIE, FL 33317 Title Authorized Representative http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/13/2017 Detail by FEI/EIN Number Page 2 of 2 Rojas, Susi 2201 College Avenue Davie, FL 33317 Annual Reports Report Year Filed Date 2015 01/13/2015 2016 03/01/2016 2017 02/13/2017 Document Images 1120"—ANNUAL FEPCPT View image in PDF format 23/0' 20,3—ANNUAL REPORT View image in PDF format — REPOP- View image in PDF format 22"_0 29't—ANNUAL PEPOP- View image in PDF format Car020'3—ANNUAL RE-PDP' View image in PDF format 02:0820'2—ANNUai.REPORT View image in PDF format O' '9,20''—aDCFESS CHANGE View image in PDF format 0+;'120 t'—=crda L.mited Liacility View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/1 3/20 1 7 sunbiz.org - Florida Department of State Page 1 of 1 DIY 72‘i -27 r 1.19; ,uir g Previous on L st Next on List Return to List Filing History Fictitious Name Detail Fictitious Name ROTH SOUTHEAST Filing Information Registration Number G12000058141 Status ACTIVE Filed Date 06/13/2012 Expiration Date 12/31/2022 Current Owners 1 County BROWARD Total Pages 2 Events Filed 1 FEI/EIN Number 27-4539467 Mailing Address 2201 COLLEGE AVENUE DAVIE, FL 33317 Owner Information MRSE LLC 2260 SW 66TH TERR. DAVIE, FL 33317 FEI/EIN Number:27-4539467 Document Number: L11000005436 Document Images 06/13/2012--Fictitious Name Filing View image in PDF format 03/16/2017--Fictitious Name Renewal Filing View image in PDF format Previous on List Next on List Return to List Filing History http://dos.sunbiz.org/scripts/ficidet.exe?action=DETFEI&docnum=612000058141&feinu... 6/13/2017 ATTACHMENT D INSURANCE REQUIREMENTS 6.2. For projects of$500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 7. Indemnification 7.1 Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 7.2 The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3`d Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 8.2 Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Consultant. 8.3 Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. Other Insurance Provisions 1. For any claims related to this project, the Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse 25 ' - and Underground) coverage. If any coverage required is written on a claims-made form: 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management (or its designee) for review. 8. If the services involved lead-based paint or asbestos identification/ remediation, the Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of "Pollution" shall include microbial matter including mold. 8.4 Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A: VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. 8.5 Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 8.6 Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances.