Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract with H.G. Construction Development and Investment Inc.
MIAMIBEACH c a C -7 /zs /ray CONTRACT THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida, ("City"), and H.G. Construction Development and Investment Inc., 7003 North Waterway Drive, Suite 218, Miami, FL. 33155 ("Contractor"). WITNESSETH, 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 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 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 eighty (180) 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 eight hundred dollars ($800.00) for each calendar day after the time specified in Section ITS 2018-223-ZD Flamingo Park Handball Court Renovations Page 1 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 eight hundred dollars ($800.00) 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:' 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. ITB 2018-223-ZD Flamingo Park Handball Court Renovations 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 The Contract Price is $1,783,973.52, consisting of a base bid in the amount of $1,621,794.11 and a separate line item in the amount of $162,179.41 for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, excluding the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. `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 not be limited to, 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 for Payment. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or 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. 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 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 ITB 2018-223-ZD Flamingo Park Handball Court Renovations Page 3 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. 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. 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 City. 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 (ITB Attachment D-6) 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. ITB 2018-223-ZD Flamingo Park Handball Court Renovations Page 4 • 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; a consent of surety to final payment; the final corrected as-built drawings; 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 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 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 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 provision elsewhere in the Contract Documents or under any 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 Contractor acknowledges that the provisions of the Public Entity Crimes Act, Section 287.133, Florida Statutes, shall apply to this Contract, which statute provides, in pertinent part, that 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. ITB 2018-223-ZD Flamingo Park Handball Court Renovations Page 5 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. 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: Capital Improvement Project(CIP) Department 1700 Convention Center Drive, 3rd Floor Miami Beach, FL. 33139 Attn: Sabrina Banlieri, Sr. Capital Project Coordinator With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: H.G. Construction Development and Investment Inc 7003 North Waterway Drive, Suite 218 Miami, FL. 33155 Attn: Roberto Hernandez, Vice President ITB 2018-223-ZD Flamingo Park Handball Court Renovations Page 6 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 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. ITB 2018-223-ZD Flamingo Park Handball Court Renovations Page 7 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. 6.13 Public Records City of Miami Beach is a public agency subject to Chapter 119, Florida Statutes. As required by Chapter 119, Florida Statues, the Contractor and all sub-contractors for services shall comply with Florida's Public Records Law. Specifically, the contractor and sub-contractors shall: 6.13.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 6.13.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in Chapter 119, Fla. Stat., or as otherwise provided by law; 6.13.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 6.13.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. 6.13.5 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Contract and the county shall enforce the Default in accordance with the provisions set forth in the General Terms and Conditions, Article 16. ITB 2018-223-ZD Flamingo Park Handball Court Renovations Page 8 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH, FLORIDA Cit Clerk .... Mayor B4•E0 . ATTEST: �P` f c Construction Development And _� \dn tment Inc. Ind : r•I * IIURP PRRJED: ZIPP Signature/Secreta ` t ',�-le' `.ent YdobTn-+o klnwarad,;Z V-P• �; C:p-j 2-6 14flaaoa GDtna/67— Paesidaor Print Name Print Name 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 Principal APPENDIX 0-4: 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 City Attorne Date ITB 2018-223-ZD Flamingo Park Handball Court Renovations Page 9 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Coversheet Page I of 2 Competitive Bid Reports-C2 C MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM. Jimmy L.Morales.City Manager DATE: July 25.2010 SUBJECT REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID(ITS)NO. 2018-223-ZD FOR FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Managers recommendation pertaining to the bids received, pursuant to ITB 2018-223-ZD, Flamingo Park existing handball courts renovations. ANALYSIS As part of the City of Miami Beach Flamingo Park Master Plan, this project will address the renovations to the Joe Rubin and Robert C. Hass handball courts. The Joe Rubin and Robert C. Han handball courts are comprised of six, four-walled courts,and four single-walled courts.The scope of work for this project will include various electrical upgrades including the addition of sports lighting, new general lighting, stucco repairs, court resurfacing, new frameless windows and doors, new fencing, connection of existing seating area, to flat roof, to allow rain water to drain properly, site and court drainage, removal of staircase and painting. The courts will also include seating areas and water drinking fountains for players and visitors. Initially, this project was publicly advertised via Invitation to Bid(ITS)2017-254-ZD.The City received four(4) bids pursuant to ITS 2017-254-ZD: however, all bids received exceeded the City's estimated construction budget. Therefore. on October 18, 2017.the Mayor and City Commission authorized the Administration to enter into negotiations with the bidders for the purpose of reducing the bid price to bring it in line with the City's budget. The City held several negotiation meetings with the respective bidders: however, despite several attempts, the City and multiple bidders were unable to negotiate an agreeable price for the project. As a result, the City re-issued a solicitation, ITB 2018-223-ZD. in order to attain the services required for the renovations at Flamingo Park handball courts. ITB PROCESS ITO No.2018-223-ZD,was issued on April 20.2018,with a bid opening date of May 21,2018. Two(2)addenda were issued.The Procurement Department issued bid notices to 371 companies utilizing www.publicpurohase.cam website and 181 via email notification. Forty-eight(48) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of three (3) response from:Aarya Construction and Design, HG Construction Development 8 Investment, Inc., and West Construction,Inc. In its due diligence. the Procurement Department vedfied that the lowest bid submitted by HG Construction Development 8 Investment,Inc.('HG Construction")met the requirements of the ITB,including,previous similar experience,required licensure and bid bond. Accordingly, HG Construction has been deemed the lowest responsive and responsible bidder meeting all terms, conditions,and specifications of the ITB. According to the information provided by the firm, HG Construction has been in business since 2006, and currently serves both Miami-Dade and Broward County.Currently,HG Construction is working alongside Miami-Dade County Parks and Recreation and Open Spaces Departments on several projects that entail similar scope and requirements. HG Construction has also performed work for the City and staff reports positive performance results. CONCLUSION After considering the bids received and the evaluation of staff,pursuant to ITB 2018-223-ZD, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to HG Construction Development 8 Investment, Inc..the lowest responsive. responsible bidder to the ITS in the amount of$1,621,794.11.plus a 10%contingency for the project in the amount of$162,179.41, for a total not-to-exceed amount of$1 783,973.52:and further authorize the Mayor and City Clerk to execute a contract. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION Project Cost: $1 621 794.11 10%Owner's Contingency'. $162,179.41 Total' $ 1783,973.52 Mips://miamibeac h.novusagenda.com/agendapub Ijc/CoverSheet.aspx?Item)D=88 I I&Meet... 7/20/2018 Coversheet Page 2 of 2 Grant funding will not be utilized for this project. Amount 1 5381.138.64 Account I 388-0820-069357-00410-546-00-00-00- 23200 Amount 2 3265000.00 Account 2 383-0820-067357-00410-546-00-00-00- 23200 Amount 3 $823,214.79 Account 3 305-0820-069357-00410-548-00-00-00- 23200 Amount 4 3308620.09 Account 4 302-0820-069357-26410-546-00-00-00- 23200 Total $ 1781973.52 Legislative Tracking Capital Improvement Projects/Procurement ATTACHMENTS: Description 0 Attachment A httpsa/m iam ibeach.novusagenda.comiagendapub lic/CoverSheet.asps?ftem ID=88 I I&Meet... 7/20/2018 TABULATION OF BIDS RECEIVED Invitation to Bid (ITB) 2018-223-ZD FLAMINGO PARK- EXISTING HANDBALL COURTS RENOVATIONS HG Construction.Development Aarya Construction&Cosign, andfnvestine124+c• west Construction,Inc Inc (tarp Sum GrandTemTStotalZafe Ow) _ - 5 1,621,794.11 5 1,615,125.00 $ 1,940,465.00 Recommended for Award. ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 35 Floor, Miami Beach, Florida 33139. wn^.v_mamibeachll.gov, 305-673-7430 ADDENDUM NO. 2 INVITATION TO BID NO. 2018-223-ZD Flamingo Park- Existing Handball Courts Renovations May 9J01R This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITS is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ATTACHMENTS: • Exhibit A- Updated Appendix F, Specifications for Section 265668- Exterior Athletic Lighting • Exhibit B- Prevailing Wages Applicable Wage Table IL ANSWERS TO QUESTIONS RECEIVED: 01. The wages established by the "Federal Register" last published by the United State Department of Labor does not exist anywhere that we can find. Please provide the required wages to be paid on this project. Al. Refer to Exhibit B. 02. On page A3.01 note number 12 indicates "New 3 row aluminum bleacher basis of design sideline series by The Park & Facilities or equal. There are different length sizes of 3 row bleachers by the above manufacturer. Please specify the size. AZ 7'-6" x 5'-0". Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafael GranadoAm iamibeachfl.gov LContact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zufeikadavidson(Wmiamibeachfl.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 ITS are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si e Jy, //'' / Am Ale DO Pr cur -nt Director 1 ADDENDUM NO.2 INVITATION TO BID(ITS)NO.2018-223-ZD PLAM!NOD PARK-EXISTING HANDBALL COURTS RENOVATIONS EXHIBIT A I 2 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2018-223-ZO FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS SECTION 265668 -EXTERIOR ATHLETIC LIGHTING 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 LED lighting for the following outdoor sports venues: 1. Handball & Racquetball Courts 1.3 DEFINITIONS A. CV: Coefficient of variation; a statistical measure of the weighted average of all relevant illumination values for the playing area, expressed as the ratio of the standard deviation for all illuminance values to the mean illuminance value. B. Delegated-Design Submittals: Documents, including drawings, calculations, and material and product specifications prepared as a responsibility of Contractor to obtain acceptance by Owner and authorities having jurisdiction. C. Illuminance: The metric most commonly used to evaluate lighting systems. It is the density of luminous flux, or flow of light, reaching a surface divided by the area of that surface. 1. Horizontal Illuminance: Measurement in foot-candles (iti<), on a horizontal surface 36 inches (911 nm)above ground unless otherwise indicated. 2. Target Illuminance: Average maintained illuminance level, calculated by multiplying initial illuminance by LLF. 3. Vertical Illuminance: Measurement in foot-candles (lux), in two directions on a vertical surface, at an elevation coinciding with plane height of horizontal measurements. D. LC: Lighting Certified. E. Light Trespass: Light spill into areas and properties outside the playing areas, which is either annoying or unwanted. F. LLD: Lamp lumen depreciation, which is the decrease in lamp output as the lamp ages. G. LLF: Light loss factor,which is the product of all factors that contribute to light loss in the system. H. Luminaire: Complete lighting fixture, including ballast housing if integral. I. UG: Uniformity gradient; the rate of change of illuminance on the playing field, expressed as a ratio between the illuminances of adjacent measuring points on a uniform grid. EXTERIOR ATHLETIC LIGHTING 265668- 1 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez&Partners 1.4 PERFORMANCE REQUIREMENTS A. Facility Type: Recreational or social facility. B. Illumination Criteria 1. Minimum average target illuminance level for each lighted area for each sports venue and for the indicated class of play according to IESNA RP-6. 2. CV and maximum-to-minimum uniformity ratios for each lighted area equal to or less than those listed in IESNA RP-6 for the indicated class of play. 3. UG levels within each lighted area equal to or less than those listed in IESNA RP-6 for the indicated speed of sport. C. Illumination Criteria: Maximum to Average Tar- Minimum Grid Area of Lighting get Illumine- iGrid Spacing tion Levels Uniformity Points Ratio Indoor Courts- 19.5 Footcan- Hitting Wall - dies 17:1 32 5'by 5' Vertical Measurement Indoor Courts- 40 Footcan- Playing Area- dies 2'7:1 49 3' by 3' Horizontal Outdoor Court#1 - 30 Footcan- Hitting Wall - 2.6:1 95 5' by 5' Vertical Measurement dies Outdoor Court#1 - 22 Footcan- Playing Area - dies 2.5:1 50 10'by 10' Horizontal Measurement Outdoor Court#2- 35 Footcan- Hitting Wall- dies 2.4:1 50 • 5'by 5' Vertical Measurement Outdoor Court#2- 22 Footcan- Playing Area- dies 1.8:1 30 i 10' by 10' Horizontal Measurement Outdoor Court#3- 35 Footcan- Hitting Wall - dies 22:1 50 5' by 5' Vertical Measurement Outdoor Court#3- 22 Footcan- Playing Area - dies 1.8:1 30 10' by 10' Horizontal Measurement D. Illumination Calculations: Computer-analyzed point method complying with IESNA RP-6 to optimize selection, location, and aiming of luminaires. 1. Grid Pattern Dimensions: For playing areas of each sport and areas of concern for spill- light control, correlate and reference calculated parameters to the grid areas. Each grid point represents the center of the grid area defined by the length and width of the grid spacing. EXTERIOR ATHLETIC LIGHTING 265668-2 Flamingo Park— Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez& Partners 2. Spill-Light Control: Minimize spill light for each playing area on adjacent and nearby areas. a. Prevent light trespass on properties near Project as defined by City of Miami Beach. b. For property line area, limit the level of illuminance directed into the area from any luminaire or group of luminaires, and measured 36 inches{914 mm)above grade to the following: Maximum Proper—xi Line NIax!mu. Vesical FcotcancL=s 0.5 Foo candles Proper Line Horiaontal Footcandles 0.5 Foetcandies Pro erty Line Max Ca-.de!a I 12,000 Candela c. Calculate the horizontal and vertical illuminance due to spill light for points spaced 30 feet (6 m) part in areas indicated on Drawings as "spill-light critical,' to ensure that design meets the above limits. 3. Glare Control: Design illumination for each playing area to minimize direct glare in adjacent and nearby areas. a. Design source intensity of luminaires that may be observed at an elevation of 33 above finished grade at property line to be less than 12,000 candela when so observed. 4. Spill Scans: Spill scans must be submitted indicating the amount of horizontal and vertical footcandles along the specified lines. Light levels shall be taken at 30-foot intervals along the boundary line. Readings shall be taken with the meter orientation at both horizontal and aimed towards the most intense bank of lights. Illumination level shall be measured in accordance with the IESNA LM-5-04 after 1 hour warm up. 5. The first page of a photometric report for all luminaire types proposed showing horizontal and vertical axial candle power shall be provided to demonstrate the capability of achieving the specified performance. Reports shall be certified by a qualified independent testing laboratory with a minimum of five years experience or by a manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. A summary of the horizontal and vertical aiming angles for each luminaire shall be included with the photometric report. 6. Determine LLF according to IESNA RP-6 and manufacturer's test data. a. Use LLD at 100 percent of rated lamp life. LLF shall be applied to initial illumination to ensure that target illumination is achieved at 100 percent of lamp life and shall include consideration of field factor. b. LLF shall not be higher than 70 percent, and may be lower when determined by manufacturer after application of the ballast output and optical system output according to IESNA RP-6. A. Mounting Heights: To ensure proper aiming angles for reduced glare and to provide better playability, minimum mounting heights shall be as described below. Higher mounting heights may be required based on photometric report and ability to ensure the top of the field angle is a minimum of 10 degrees below horizontal and meets the proper City of Miami Beach specifications. EXTERIOR ATHLETIC LIGHTING 265668- 3 Flamingo Park— Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez& Partners #of Poles Pole Designation Pall Hgight. 2 Outdoor Court#1 30' 1 Outdoor Court#2 40' 1 Outdoor Court#3 40' 7. Luminaire Placement: Luminaire clusters shall be outside the glare zones defined by IESNA RP-6. E. Electric Power Distribution Requirements: 1. Electric Power: 208V; three phase. a. Include roughing-in of service indicated for nonsports improvements on Project site. b. Balance load between phases. Install wiring to balance three phases at each support structure. c. Include required overcurrent protective devices and individual lighting control for each sports field or venue. d. Include indicated feeder capacity and panelboard provisions for future lighted sports field construction. F. Maximum Total Load: As indicated on drawings. 1. Maximum Total Voltage Drop from Source to Load: 5percent, including voltage drops in branch circuit, subfeeder, and feeder. G. Life-Cycle Cost Criteria: 1. Estimated life-cycle cost of lighting system for period of 25 years based on the parameters below: a. Energy Cost. b. General Maintenance. 1.5 ACTION SUBMITTALS A. Product Data: For each type of lighting product indicated. Include the following: 1. Lamp life, output, and energy-efficiency data. Lamp data certified by NVLAP or NRTL; comply with IESNA LM-47. 2. Photometric data based on laboratory tests of each luminaire type, complete with lamps, ballasts, and accessories; comply with IESNA LM-5. a. Photometric data shall be certified by a qualified independent testing agency. b. Photometric data shall be certified by manufacturer's laboratory with a current accreditation under the NVLAP for Energy Efficient Lighting Products. B. Delegated-Design Submittal: For exterior athletic lighting indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1. Drawings and specifications for construction of lighting system. 2. Manufacturer's determination of LLF used in design calculations. 3. Lighting system design calculations for the following: EXTERIOR ATHLETIC LIGHTING 265668-4 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez&Partners a. Target illuminance. b. Point calculations of horizontal and vertical illuminance, CV, and UG at minimum grid size and area. c. Point calculations of horizontal and vertical illuminance in indicated areas of concern for spill light. d. Calculations of source intensity of luminaires observed at eye level from indicated properties near the playing fields. 4. Electrical system design calculations for the following: a. Short-circuit current calculations for rating of panelboards. b. Total connected and estimated peak-demand electrical load, in kilowatts, of lighting system. c. Capacity of feeder required to supply lighting system. 5. Wiring requirements, including required conductors and cables and wiring methods. 6. Structural analysis data and calculations used for pole selection. a. Manufacturer Wind-Load Strength Certification: Submit certification that selected total support system, including poles, complies with AASHTO LTS-4-M for location of Project. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified manufacturer professional engineer luminaire photometric data testing laboratory andfield testing agency. B. Manufacturer Certificates: For support structures, including brackets, arms, appurtenances, bases, anchorages, and foundations, from manufacturer. C. Welding certificates. D. Field quality-control reports. E. Warranty: Sample of special warranty. 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For sports lighting system components to include in emergency, operation, and maintenance manuals. 1.8 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. • B. Manufacturer Qualifications: Manufacturer's responsibilities include fabricating sports lighting and providing professional engineering services needed to assume engineering responsibility. 1. Engineering Responsibility: Preparation of delegated-design submittals and comprehensive engineering analysis by a qualified professional engineer. EXTERIOR ATHLETIC LIGHTING 265668-5 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Walfberg Alvarez&Partners C. Luminaire Photometric Data Testing Laboratory: By an independent agency,with the experience and capability to conduct the testing indicated,that is an NRTL. D. Field Testing Agency Qualifications: An independent testing agency that is accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products, or an NRTL as defined in 29 CFR 1910, with the experience and capability to conduct field testing according to IESNA LM-5. E. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NEPA 70,by a qualified testing agency, and marked for intended location and application. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of luminaires, lamps, and luminaire alignment products and to correct misalignment that occurs subsequent to successful acceptance tests. Manufacturer may exclude lightning damage, hail damage, vandalism,abuse,and unauthorized repairs and alterations from special warranty coverage. 1. Luminaire Warranty: Luminaire and luminaire assembly(excluding fuses and lamps)shall be free from defects in materials and workmanship for a period of 25 years from date of Substantial Completion. 2. Fuse Warranty: Replace fuses that fail within 12 months from date of Substantial Completion. 3. Alignment Warranty: Accuracy of alignment of luminaires shall remain within specified illuminance uniformity ratios for a period of five years from date of successful completion of acceptance tests. • _ a. Realign luminaires that become misaligned during the warranty period. b. Replace alignment products that fail within the warranty period. c. Verify successful realignment of luminaires by retesting as specified in"Field Quality Control"Article. 1.10 MAINTENANCE SERVICE A. Continuing Maintenance Proposal: From manufacturer to Owner, in the form of a standard maintenance agreement that contains the terms in this article, starting on date of Substantial Completion. State services,obligations,conditions,and terms for agreement period and for future renewal options. B. Agreement Period: 25years from date of Substantial Completion. C. Estimated Annual Usage: Warranty is based on 1,200 burning hours per year. If this number is exceeded, the cost of lamps and their replacement labor shall be equitably adjusted. D. Services: Repair or replace components of luminaires, lamps, and ballasts; align luminaires. EXTERIOR ATHLETIC LIGHTING 265668 -6 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No.28010.00 07,2017 Wolfberg Alvarez&Partners PART 2 - PRODUCTS 2.1 SPORTS LIGHTING SYSTEM CONSTRUCTION A. Manufacturing Requirements:All components shall be designed and manufactured as a system. All luminaires, wire harnesses, drivers and other enclosures shall be factory assembled, aimed, wired and tested. B. Durability: All exposed components shall be constructed of corrosion resistant material and/or coated to help prevent corrosion. All exposed carbon steel shall be hot dip galvanized per ASTM A123. All exposed aluminum shall be powder coated with high performance polyester or anodized. All exterior reflective inserts shall be anodized, coated, and protected from direct environmental exposure to prevent reflective degradation or corrosion.All exposed hardware and fasteners shall be stainless steel of 18-8 grade or better, passivated and coated with aluminum- based thermosetting epoxy resin for protection against corrosion and stress corrosion cracking. Structural fasteners may be carbon steel and galvanized meeting ASTM A153 and ISO/EN 1461 (for hot dipped galvanizing), or ASTM B695 (for mechanical galvanizing). All wiring shall be enclosed within the cross-arms, pole, or electrical components enclosure. C. System Description: Lighting system shall consist of the following: 1. Galvanized steel poles and cross-ami assembly. Alternate: Concrete pole with a minimum of 8,000 psi and installed with concrete backfill will be an acceptable alternative provided building code, wind speed and foundation designs per specifications are adhered to. 2. Non-approved pole technology: a. Square static cast concrete poles will not be accepted. b. Direct bury steel poles which utilize the extended portion of the steel shaft for their foundation will not be accepted due to potential for internal and external corrosive reaction to the soils and long term performance concerns. 3. Lighting systems shall use concrete foundations. See Section 2.3 for details. a. For a foundation using a pre-stressed concrete base embedded in concrete backfill the concrete shall be air-entrained and have a minimum compressive design strength at 28 days of 3,000 PSI. 3,000 PSI concrete specified for early pole erection, actual required minimum allowable concrete strength is 1,000 PSI.All piers and concrete backfill must bear on and against firm undisturbed soil. b. For anchor bolt foundations or foundations using a pre-stressed concrete base in a suspended pier or re-inforced pier design pole erection may occur after 7 days. Or after a concrete sample from the same batch achieves a certain strength. 4. Manufacturer will supply all drivers and supporting electrical equipment a. Pole Mounted Fixtures: Remote drivers and supporting electrical equipment shall be mounted approximately 10 feet above grade in aluminum enclosures. The enclosures shall be touch-safe and include drivers and fusing with indicator lights on fuses to notify when a fuse is to be replaced for each luminaire. Disconnect per circuit for each pole structure will be located in the enclosure. b. Wall Mounted Fixtures Remote Drivers(see above) or Integral drivers mounted at the top of the pole will require a pole mounted enclosure approximately 10 feet above grade. The enclosure shall include a disconnect per circuit and surge protection. 5. Manufacturer shall provide surge protection at the pole equal to or greater than 40 kA for each line to ground(Common Mode) as recommended by IEEE C62.41.2_2002. 6. Wire harness complete with an abrasion protection sleeve, strain relief and plug-in connections for fast, trouble-free installation. 7. All luminaires, visors, and cross-arm assemblies shall withstand 150 mph winds and maintain luminaire aiming alignment. 8. Control cabinet to provide remote on-off control and monitoring of the lighting system. See Section 2.4 for further details. EXTERIOR ATHLETIC LIGHTING 265668 - 7 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez&Partners 9. Manufacturer shall provide lightning grounding as defined by NFPA 780 and be UL Listed per IA 96 and UL 96A. a. Integrated grounding via concrete encased electrode grounding system. b. If grounding is not integrated into the structure, the manufacturer shall supply grounding electrodes, copper down conductors, and exothermic weld kits. Electrodes and conductors shall be sized as required by NFPA 780.The grounding electrode shall be minimum size of 5/8 inch diameter and 8 feet long,with a minimum of 10 feet embedment. Grounding electrode shall be connected to the structure by a grounding electrode conductor with a minimum size of 2 AWG for poles with 75 feet mounting height or less, and 2/0 AWG for poles with more than 75 feet mounting height. 10. Safety: All system components shall be UL listed for the appropriate application. 2.2 SUPPORT STRUCTURES A. Wind Loads: Wind loads shall be based on the 2014 Florida Building Code. Wind loads to be calculated using ASCE 7-10, an ultimate design wind speed of 175, high velocity hurricane zone, and exposure category C. B. Pole Structural Design: The stress analysis and safety factor of the poles shall conform to 2013 AASHTO Standard Specification for Structural Supports for Highway Signs, Luminaires, and Traffic Signals(LTS-6). C. Foundation Design: The foundation design shall be based on soil parameters as outlined in the geotechnical report. D. Foundation Drawings: Project specific foundation drawings stamped by a registered engineer in the state where the project is located are required.The foundation drawings must list the moment, shear(horizontal)force, and axial (vertical) force at ground level for each pole. These drawings must be submitted at time of bid to allow for accurate pricing. 2.3 Lighting Control: Manual,low voltage,or digital; providing the following functions,integrated into a single control station, with multiple subcontrol stations as indicated: A. Instant On/Off Capabilities: System shall provide for instant on/off of luminaires. B. Lighting contactor cabinet(s) constructed of NEMA Type 4 aluminum, designed for easy installation with contactors, labeled to match field diagrams and electrical design. Manual off-on- auto selector switches shall be provided. C. Remote Lighting Control System: System shall allow owner and users with a security code to schedule on/off system operation via a web site, phone, fax or email up to ten years in advance. Manufacturer shall provide and maintain a two-way TCP/IP communication link.Trained staff shall be available 24/7 to provide scheduling support and assist with reporting needs. The owner may assign various security levels to schedulers by function and/or fields.This func- tion must be flexible to allow a range of privileges such as full scheduling capabilities for all fields to only having permission to execute"early off' commands by phone. Scheduling tool shall be capable of setting curfew limits. Controller shall accept and store 7-day schedules, be protected against memory loss during power outages, and shall reboot once power is regained and execute any commands that would have occurred during outage. EXTERIOR ATHLETIC LIGHTING 265668 -8 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez&Partners D. Remote Monitoring System: System shall monitor lighting performance and notify manufacturer if individual luminaire outage is detected so that appropriate maintenance can be scheduled.The controller shall determine switch position(manual or auto)and contactor status(open or closed). E. Management Tools: Manufacturer shall provide a web-based database and dashboard tool of actual field usage and provide reports by facility and user group. Dashboard shall also show current status of luminaire outages, control operation and service. Mobile application will be provided suitable for IOS, Android and Blackberry devices. Hours of Usage: Manufacturer shall provide a means of tracking actual hours of usage for the field lighting system that is readily accessible to the owner. 1. Cumulative hours: shall be tracked to show the total hours used by the facility 2. Report hours saved by using early off and push buttons by users. 2.4 SURGE PROTECTION A. Surge Protection: Comply with requirements in Section 264313"Transient-Voltage Suppression for Low-Voltage Electrical Power Circuits' and include surge suppressors with the following requirements: 1. Panelboard type. 2.5 POLE AND BASE PROTECTION A. Pole Pads: Wraparound pad, with 4 inches (100 mm) of extra-firm polyfoam, 360-degree coverage of ground-mounted poles and supports, continuous hook-and-loop fastening, and not less than 72 inches (1320 mm) high. PART 3-EXECUTION 3.1 INSTALLATION A. Use web fabric slings(not chain or cable)to raise and set structural members. Protect equipment during installation to prevent corrosion. B. Install poles and other structural units level, plumb, and square. C. Except for embedded structural members, grout void between pole base and foundation. Use nonshrinking or expanding concrete grout firmly packed in entire void space. Use a short piece of 1/2-inch- (13-mm-) diameter pipe to make a drain hole through grout. Arrange to drain condensation from interior of pole. Nonshrink grout is specified in Section 055000 "Metal Fabrications." D. Install pole pads at all poles inside playing field boundaries and when located within 20 feet(6 m) of the field boundary. E. Extend cast-in-place bolted base foundations 36 inches(914 mm)above grade, minimum. EXTERIOR ATHLETIC LIGHTING 265668-9 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez& Partners F. Install controls and ballast housings in cabinets mounted on support structure at least 10 feet 3 cJ above finished grade. G. It shall be the Contractor's responsibility to notify the Owner if soil conditions exist other than those on which the foundation design is based, or if the soil cannot be readily excavated. Contractor may issue a change order request/estimate for the Owner's approval /payment for additional costs associated with: 1. Providing engineered foundation embedment design by a registered engineer in the State of FL for soils other than specified soil conditions; 2. Additional materials required to achieve alternate foundation; 3. Excavation and removal of materials other than normal soils, such as rock, caliche, etc 3.2 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests, inspections, and analysis. B. Perform tests, inspections, and analysis according to IESNA RP-6 and IESNA LM-5 where applicable. C. Tests and Inspections: 1. After installing sports lighting system and after electrical circuits have been energized, perform proof-of-performance field measurements and analysis for compliance with requirements. 2. Playing and Other Designated Areas: Make field measurements at intersections of grids, dimensioned and located as specified in "Performance Requirements" Article and as described below: a. Handball & Racquetball Courts: Measure at least 30 points for a double court. 3. Make field measurements at established test points in areas of concern for spill light and glare. 4. Perform analysis to demonstrate correlation of field measurements with specified illumination quality and quantity values and corresponding computer-generated values that were submitted with engineered design documents. Submit a report of the analysis. For computer-generated values, use manufacturer's lamp lumens that are adjusted to lamp age at time of field testing. D. Correction of Illumination Deficiencies for Playing Areas: Make corrections to illumination quality or quantity, measured in field quality-control tests, that varies from specified illumination criteria by plus or minus 10 percent. 1. Add or replace luminaires, or change mounting height, revise aiming, or install louvers, shields,or baffles. 2. If luminaires are added or mounting height is changed, revise aiming and recalculate and modify or replace support structures if indicated. 3. Do not replace luminaires with units of higher or lower wattage without Architect's approval. 4. Retest as specified above after repairs,adjustments, or replacements are made. 5. Report results in writing. E. Correction of Excessive Illumination in Spill-Light-Critical Areas: If measurements indicate that specified limits for spill light are exceeded, make corrections to illumination quantity, measured in field quality-control tests, that reduce levels to within specified maximum values. EXTERIOR ATHLETIC LIGHTING 265668 - 10 Flamingo Park— Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez&Partners 1. Replace luminaires, or change mounting heights, revise aiming, or install louvers, shields, or baffles. 2. Obtain Architect's approval to replace luminaires with units of higher or lower wattage. 3. If mounting height is changed, revise aiming and recalculate and modify or replace support structures if indicated. 4. Retest as specified above after repairs, adjustments, or replacements are made. 5. Report results in writing. F. Sports lighting will be considered defective if it does not pass tests and inspections. G. Prepare test and inspection reports. 3.3 DEMONSTRATION A. Engage a factory-authorized service representative to trainOwner's maintenance personnel to adjust, operate, and maintain exterior athletic lighting. END OF SECTION 265668 EXTERIOR ATHLETIC LIGHTING 265668- 11 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07, 2017 Wolfberg Alvarez& Partners EXHIBIT B 3 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.201 B-223-ZD FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS . u _ recision P. s 180L 34/20/2018 F_260 Jed n_ral Decision Saw-r) n201702E9 b,YYY .. T'r State: Florida Construction Type: Building County: Liam_Cade_ County in Florida. BUILDING CONSTRUCTION PROJECTS (does not incisors single family homes or apartments up to and including 4 stories) . Note: Winder Executive Order ) 13653, an hourly minimum wage (ED) of $10.33 for calendar year 2018 applies to all contracts subjec: to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after' January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on ^'s wage determination, if it is higher; for all hours spent performing on the contract in calendar year 2018 . The EC minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to :he Davis-Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a) (2) -(6C) . Additional information on contractor requirements and worker protections under the EO is available at www.do:.gov/whd/govcon:racts. Kodification Number Publication Date 0 31/05/2018 1 01/12/2018 2 04/20/2018 AS2[0060-001 03/02/2016 Rates Fringes ASBESTOS WORKER/FEAT & FROST INSULATOR $ 34.58 12.57 CARP1809-002 09/01/2016 Rapes Fringes CARPENTER: PILEDRIVERJPN $ 25 .20 10.36 ELEEV0071-002 01/01/2018 Rates Fringes ELEVATOR MECHANIC $ 43.07 32.645 FOOTNOTE: A: Employer contributes 34 basic hourly rate for 5 years or more of service or 69 basic hourly rate for 6 rtonths to 5 years of service as Vacation Pay Credit; Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day; plus the Friday after Thanksgiving; and Christmas Day. https'J/www.wdoLeov/wdouscafles/davisbacon/FL260.dvb?v=2 05/08/2018 P3-•. r5 .7 3 _1/22.6 Rates Fringes OPERATOR: Backhoe/Excavator/Tracihoe 5 23.95 9.23 EFS:0438-320 05/31/2016 Rates __ OPERATOR: Concrete Pump S 26.34 9.23 ENS10487-321 C7/01/2016 Rates Fringes OPERATOR: Crane All Craves69 Ton Capacity andOmer $ 33.03 9.20 All Cranes Over 15 Ton Capacity ` 32.05 8.20 OPERATOR: Forklift s 23.23 9.20 OPERAIOR: Mechanic S 32.03 9.23 OPERATOR: Oiler S 23.50 9.20 -20N0272-001 10/01/2017 Rates Fringes 3ONxo2KER, SIRECTSRA1 $ 24 .99 10.10 IRONO492-001 02/11/2017 Rates Fringes IRONWORKER, ORNAI17N7.AL S 23.00 10.99 PLUM1519-001 04/0//2016 Rates Fringes PLUMBER $ 28.08 9.39 PLOM3725-0C1 07/16/2017 Rates Fringes P=PEFITTER (Includes HVAC Pipe, Unit and Temperature Controls Installations) S 34 .4S _3.47 3FFL0821-004 01/01/2018 Rates Fringes SPRINKLER FITTER (Fire Sprinklers) $ 27 . 68 19.89 SHEE3032-001 12/01/2013 Rates Fringes SHEET METAL WORKER, Includes HVAC Duct Installation $ 23.53 12.18 https://www.wdol.gov/wdoL'scafiles/davisbacon/FL260.dvb?v=2 05/08/2018 4 ON 03/16/2010i:2!) a tem CARPENTER, IncLuces Acoustical Ceiling Installation, Drywall Finishing/Taping, Drywall :40g-ng, Form Work, Yetal S_.._ installation $ 18.04 3.24 CEMENT MASON/CONCRETE F=NISHER $ 13.06 0.70 ELECTRIDfAN, Includes Low Voltage Wiring $ 29.60 9.38 IRONWORKER, _.EINFOR-INC $ 17.72 0.00 LABORER: Common or General, Including Cement Nason. :ending $ 11.79 0.70 LABORER: Pipelayer $ 13.56 1.34 OPERATOR: Bulldozer $ 15.40 1 .90 OPERATOR: Grader/31ade 5 18.97 0.30 OPERATOR: loader S 16.00 2.82 OPERATOR: Roller $ 14.43 4.78 PAINTER: Brush, Roller and Spray o 16.03 3.48 ROOFER o 19.93 4.77 TILE SETTER S 13.01 0.00 TRUCK DRIVER: Dump Truce S 13.22 2.12 TRUCK DRIVER: Lowboy Truck $ 14.24 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017 . If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees mist be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the Eo is available at www.dol.gov/whd/govcontracts. haps://www.wdol.gov/wdoL'scafiles/davisbacon/FL260.dvb?v=2 05/08/2018 Pg' ® a ifica needed far -work n includedthin • - rof the classifications fi. t=_d may be added after ,.-v as a,oy d in the labor standards contract clauses ( 5.5 la) (1) The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited vpe(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM.0l 3-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classic` -a` ch in this example would be Plumbers. 0193 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 3193. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negosmsaed rate, which in this example is July '-, 2014 . Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CEA) governing this classification and rate. Survey Rate identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-337 5/13/2014. SU indicates the rates are survey rates based on a 'weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 037 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAM?LE: VANS-OS-0010 08/29/2014. UAVG indicates that the rate is a weighted union https://www.wdol.gov/wdoPscafiles/davisbacon/FL260.dvb?v=2 05/08/2018 v a OR indicates th state. The nexnnumber, 0010 in 1internal dumber - 2d Ln, producing the wage y . nor38/29/20d4 indicateshe sur nplet p date :scAiiitu_a_siftca _o and rates under that identifier. As -rr'• .tri_. A CAW) rale will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA. rate of the union locals from which the rate is based. PAGE DETER:^.INAT ON APPEALS PROCESS Has there been an initial decision in the matter? This can be: * an existing published wage determination. * a survey underlying a wage determination * a Wage and hour Division letter setting forth a position on a wage determination ratter - a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and dour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch cf Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division J.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in L. ) is yes, then an interested party ;those affected by the action) can request review and reconsideration from the Wage and Hour Administrator ;See 29 CFR Part 1.3 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, CC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) if the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, CC 20210 https://www.wdot.gov/wdoUscafiles/davisbacon/FL260.dvb?v=2 05/08/2018 P9- '' 4'.0 ®0 �� oas as Palm: "a_i,n _a �..a a a r �_ • . , , , ENE OE GIiE?AL DE7Ia_OS https://www.wdoLgoviwdoliscafilesIdavisbacon/FL260.dvb?v=2 05/08/2018 MIAMI BEACH Procurement Department, V55 Meridian Avenue. T° Floor, Miami Beach, Florida 33139, vww.miamiteachll.gov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2018-223-ZD Flamingo Park- Existing Handball Courts Renovations May 1, 2018 This Addendum to the above-referenced ITS is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION(S): A. Appendix C, Required Forms for Bid Submittal has been revised and included herein as Exhibit A. All required forms that are applicable for the bid submittal of this project have been checked. II. ATTACHMENTS: • Exhibit A- Updated Appendix C, Required Forms for Bid Submittal Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(amiamibeachfl.gov Contact: I Telephone: I Email: Zuleika Davidson i 305-673-7000 ext. 6943 I zuleikadavidson(a7miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITS 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 fitting a proposal. i rely lex D is "'roc ment Director 1 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-223-ZD FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS EXHIBIT A 2 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-223-ZD FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS APPENDIX C Required Forms for Bid Submittal JNote: Attachments below only apply if the adjacent box is checked) ® ATTACHMENT C-1: Prevailing Wage and Local Workforce Participation Program Requirements ® ATTACHMENT C-1A: Responsible Contractor Affidavit Form (PART A) ® ATTACHMENT C-1B: Responsible Contractor Affidavit Form (PART B) ❑ ATTACHMENT C-2: Bid Guaranty Form; Unconditional Letter Of Credit ® ATTACHMENT C-3: Statement Of Compliance: Prevailing Wage Rate Ordinance ® ATTACHMENT C-4: Statement Of Compliance: Davis Bacon Wages BID NO: 2018.223-ZD CITYOF MIAMI BEACH BEACH 82 C-1 The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize, for clarity, the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts,the requirements of the City Code, with respect to these programs, shall prevail. L MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. (reference:Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum) the name and zip code for the covered employee, to the City , accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning,January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training. The Procurement Department offers ongoing training in LCP Tracker to all contractors. To schedule a training session,contact Alian Gonzalez at AlianGonzalez@MiamiBeachFL.gov or at 305-673-7490. BID NO: 2018-223-2D CITYOF MIAMI BEACH LEACH 83 c-1 II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit. As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award, the bidder shall submit a Responsible Contractor Affidavit. The Responsible Contractor Affidavit (RCA) is comprised of two (2) forms— RCA-Part A and RCA-Part B. Both forms are required to be submitted with the bid or within 48 business hours of being notified by the Procurement Contracting Officer for the solicitation. Failure to submit the RCA shall result in the bid being disqualified and deemed non-responsive. a. Part A—Commitment to Promote Local Workforce Participation. The contractor,and each subcontractor, shall submit RCA-Part A affirming that it will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To download RCA-Part A affidavit, visit miamibeachfl.gov/procurement/local workforce. b. Part B — Position / Employee Data. The contractor, and each sub-contractor shall submit RCA-Part B with the following sections completed: • Section 1 — Indicate the number of positions required to complete the contract work, and the minimum qualification(s) for each position. • Section 2—For the positions indicated in Section 1, specify the name, address, and position of each current employee of the contractor or subcontractor. • Section 3 - For the positions indicated in Section 1, not indicated in Section 2, each contractor or subcontractor shall specify the number of positions, and the minimum qualification(s) for each position,that the contractor or subcontractor shall seek to hire to supplement the current employees listed in Section 2. To download RCA-Part B form, visit miamibeachfl.gov/procurement/local workforce. 3. Workforce Performance Report. Before its final application for payment, the contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent (30%)of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. BID NO: 2018-223-20 CITYOF MIAMI0BEACH F{n:H c-1 III. PROCESS FLOW The following graphic outlining the major steps of the Prevailing Wage and Local Workforce Participation programs is provided illustrative purposes only. 6.Contractor submits Workforce Performance 1.Bidder submits a Report prior to bid or proposal. submittal of final payment application. 1Shr 2.With is bid or proposal, 5. Prolecct bidder submits Responsible Completed. Contractor Affidavit-Parts A and B. ‘ I 4.Prior to submitting every payment application, 3.Project Contractors Awarded. submits Certified Payrolls in LCP Tracker. Balance of Page Intentionally Left Blank BID NO:2018-223-ZD CITYOF MIAMI BEACH C-1 A LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part A— Commitment to Promote Local Workforce Participation In accordance with ACicle IIL Section 31-40 of the Miami Beach Code, all contractors and subcontractors of any tier performing on a city contract valued in excess of 51,000,000 for(i) the construction, demolition. alteration and/or repair of city buildings or city public works protects. or (ii) a contract valued in excess of$1,000,000 which provides for privately-funded construction, demolition, alteration and/or repair of buildings or improvements located on city-owned land, and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami- Dade County residents and seek to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, cortractor(s) shall provide the residence address of each worker. Print Name of Affiant Print Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code Notary Public Information Notary Public—State of County of Subscribed and sworn to (or affirmed) before me this day of, 20_ by He or she is personally known to me D or has produced identification D Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal BID NO: 2018-223-ZD CITYOF MIAMI BEACH _ ' BEACH 86 C-1 B LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part B— Commitment to Promote Local Workforce Participation SECTION 1—REQUIRED POSITIONS.Specify the total number of positions that will be used by the Contractor(and by all subcontractors)to perform all of the construction trades and labor work of the contract,broken down by:rade and labor category,minimum luelPlcations for each category,and the number of persons:o be utilized in each category. Name of ContrxQnrISubcnntrsfor A B C D E Traeel O[¢WM1` Minimum Duatifi[aCon(z) No.of Portions Required No.al/Positions Cumemti Nos of Positions to be fo.IM Work Staffed Hired Total SECTION 2—CURRENT EMPLOYEES.For those positions currently staffed by the contractor or subcontractor(Column DL identify each individual by name,address and trade category of all persons proposed to perform work under the contract currently on the contractor's or subcontractor's payroll who reside in Miami Beach and Miami- Dade County. f certify that the represenmfians contained in this construction workforce Plan are to the best of my knowledge true and accurate. Signature of Affiant Print Name Print Title Date BID NO:2018-223-ZO CITYOF MIAMI BEACH FL87 C-2 MIAMI BEACH C 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: 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 agreed upon by and (contractor, applicant, customer) 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. BID NO: 2018-223-2D CITYOF MIAMI BEACH BEACH 88 C-2 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 BID NO:2018-223-ZD CITYOF MIAMI BEACH BEACH ❑ STATEMENT OF COMPLIANCE: C-3 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. 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: BID NO:2018-223-2D CITYOF MIAMI BEACH BEACH El STATEMENT OF COMPLIANCE: C-4 DAVIS BACON ACT No. Contract No. Project Title The undersigned Contractor hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated , 20 Contractor By: (Signature) By: (Print Name and Title) STATE OF ) SS COUNTY OF The foregoing instrument was acknowledged before me this day of , 20_, by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_ (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO: 2018-223-ZD CITYOF MIAMI BEACH LEACH INVITATION TO BID ( ITB) Flamingo Park- Existing Handball Courts Renovations ITB No. 2018-223-ZD BID ISSUANCE DATE: APRIL 20, 2018 BID OPENING: MAY 21, 2018 ISSUED BY: ZULEIKA DAVIDSON MIAMIBEACH Zuleika Davidson, Contracting Officer I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3'° Floor, Miami Beach, FL 33139 305.673.7000 x7490 I www.miamibeachfl.gov zuleikadavidson@miam ibeachfl.gov BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 1 INVITATION TO BID SUMMARY BEACH Bid Element Description Invitation to Bid No. 2018-223-ZD Estimated Construction Budget $1,100,000.00 ITB Title: Flamingo Park- Existing Handball Courts Renovations Basic Description of the Scope of Work: The scope of work for this project will include various electrical upgrades including the addition of sports lighting, new general lighting, stucco repairs, court resurfacing, new frameless windows and doors, new fencing and painting. The courts will also include seating areas and water drinking fountains for players and visitors. Bid Issuance: April 20, 2018 Technical Drawings and Specifications are available for free download at: www.oublicourchase.com OR are available on CD for pick up for a fee of $20.00 at: Procurement Department Third Floor; 1755 Meridian Avenue Miami Beach, FL 33139 Pre-Bid Conference April 30, 2018 @ 10:30 AM EST Date, Time, & Location: Procurement Department ❑ Meeting is Mandatory(only if box is 3rd Floor; Conference Room checked) 1755 Meridian Avenue Miami Beach, FL 33139 Dial-in Instructions: • Dial the Telephone Number: 1-888-270-9936 • Enter the Meeting Number: 9415468 and then press the pound (#) key Site Visit Date, Time, & Location: There will not be a scheduled site visit; however, contractors are encouraged to visit the site, at their ❑ Site Visit is Mandatory(only if box is convenience. checked) Last Day for Receipt of Questions: May 8, 2018 AT 3:00 PM EST Bid Due Date & Time: May 21, 2018 AT 3:00 PM EST Bid Opening Date and Time: Immediately following the above due time or as close as feasibly possible. Formal Bid Opening Location Procurement Department (respond to): Third Floor 1755 Meridian Avenue Miami Beach, FL 33139 Response Format: Per bid documents: 1. Sealed Opaque Envelope (Properly Addressed) As per Section 0400 Below BID NO: 2018-223-ZD CITYOF MIAMI BEACH l BEACH Basic Bid Requirements: 1. Bid Guaranty of 5% Please reference Section 0300 for detailed information. is required at the time of bid submission. ❑ is NOT required for this project. 2. Performance and Payment bond equal to 'I 100% of the total project: Z SHALL be required prior to contracting with the successful bidder. Alternative security instruments will be considered under City Code. • rl SHALL NOT be required for this project. Prevailing Wage Rates & Local NI SHALL be applied. Workforce Program Requirements ❑ SHALL NOT be applied unless project cost Please reference Section 0200 and exceeds $1,000,000 for a covered project. Appendix C for detailed information. Project Completion Timeframe: 180 calendar days, Substantial Completion 210 calendar days, Final Completion Liquidated Damages: $800.00 shall be assessed for each day after Substantial Completion that the Work is not complete. Procurement Contact Information: Zuleika Davidson , Contracting Officer 1 Phone: 305.673.7000 ext. 7490 E-mail: zuleikadavidson(a�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 htto://library.municode,com/ind ex.asox?clientID=13097&statelD=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 rafaelq ranado(hmia mibeachfl.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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH !BEACH TABLE OF CONTENTS SOLICITATION SECTIONS PAGE 0100 DEFINITIONS 5 0200 INSTRUCTIONS TO BIDDERS 8 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS 13 0400 BID SUBMITTAL REQUIREMENTS & FORMAT 14 0500 GENERAL TERMS AND CONDITIONS 17 APPENDICES: PAGE APPENDIX A PRICE FORM, BID TENDER FORM, & SUPPLEMENTS 52 APPENDIX B LIST OF PLANS AND SPECIFICATIONS 80 APPENDIX C REQUIRED FORMS FOR BID SUBMITTAL 82 APPENDIX D REQUIRED FORMS (POST-AWARD) 92 APPENDIX E SAMPLE CONTRACT 104 APPENDIX F SPECIFICATIONS 113 APPENDIX G PLANS 461 BID NO: 2018-223-ZD CITYOF MIAMI BEACH 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. 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. BID NO:2018-223-ZD CITYOF MIAMI BEACH BEACH 5 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 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. The Owner's Contingency is to be used solely at the discretion of the City. Prior approval by the City shall be required for the use of Owner's Contingency. 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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 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 Contractors 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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 ( Z ). 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. 2. Background and Scope of Work: Flamingo Park is a 36.53 acre park located within the boundaries of the Historic flamingo Park neighborhood in South Beach. A Master Plan for Flamingo Park was prepared by Wolfberg Alvarez and Partners, Inc. As part of the City of Miami Beach Flamingo Park Master Plan, this project will address the renovations to the Joe Rubin and Robert C. Hass handball courts. The Joe Rubin and Robert C. Hass handball courts are comprised of six, four-walled courts, and four single-walled courts. The scope of work for this project win include various electrical upgrades including the addition of sports lighting, new general lighting, stucco repairs, court resurfacing, new frameless windows and doors, new fencing and painting. The courts will also include seating areas and water drinking fountains for players and visitors. 3. Abbreviations and Symbols: The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 4. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 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. 5. Location of Work: This Scope of Work shall be completed at the following location: Flamingo Park: 1200 Meridian Avenue, Miami Beach FL 33139. BID NO: 2018-223-ZD CITYOF MIAMI BEACH �. � ` ' BEACH 6. 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 directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. 7. Printed Form of Bid: All bids must be made upon the blank Bid/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. 8. Prevailing Wage Rates & Local Workforce Participation: Chapter 31, Articles II and III, of the Code of City of Miami Beach requires that the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. Additionally, the contractor will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Refer to Appendix C for additional information and requirements of these programs. 9. Acceptance or Rejection 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. a 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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 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. BID NO:2018-223-ZD CITYOF MIAMI BEACH ;j BEACH 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: 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 that may be required for execution of the work. I. CITY OF MIAMI BEACH BID NO:2018-223-ZD CITYOF MIAMI BEACH V..BEACH • Building Permit • Public Works- Right of Way The successful contractor shall be responsible for obtaining a dewatering permit from the appropriate agencies if necessary. Balance of Page Intentionally Left Blank BID NO: 2016-223-ZD CITYOF MI12MI BEACH , BEACH 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bid Guaranty: Bidder shall submit, WITH ITS BID, 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. FAILURE TO INCLUDE THE BID BOND WITH THE BID SUBMITTAL SHALL RESULT IN THE BID BEING DEEMED NON-RESPONSIVE AND NOT BEING CONSIDERED. 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. ANY BID THAT DOES NOT INCLUDE, WITH THE BID, A BID BOND SHALL BE DEEMED NON-RESPONSIVE AND SHALL NOT BE CONSIDERED. 2. Licensing Requirements: Bidder shall be State of Florida licensed General Contractor to be considered for award and submit evidence of licensing with their bid. The qualified bidder shall hold all required certified licenses at the time of the bid and throughout the term of the project in order to provide the scope of work as set forth in the bid documents. Balance of Page Intentionally Left Blank BID NO: 2018-223-ZD CITYOF MIAMI BEACH '..BEACH 0400. BID SUBMITTAL REQUIREMENTS AND FORMAT One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, two (2) bound copy and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, and Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. The City reserves the right to request any documentation omitted, with exception of the 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 other omitted documentation within two (2) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. BID SUBMISSION FORMAT: Bid packages must contain the following information and documents, each fully completed, signed, and notarized (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 or notarizations on each document, may be deemed non-responsive. Tab A. IDENTIFICATION PAGE AND TABLE OF CONTENTS 1. 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. 2. Table of Contents. Tab B. MINIMUM QUALIFICATIONS AND REQUIREMENTS Bidders shall provide evidence indicating compliance with the minimum requirement(s) of this ITB, as further detailed in Section 0300 Minimum Requirements. 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://s u ppl ierpo rtal.d n b.comlwebapp/wcs/stores/servletIS u ppl i erPo rtal?sto rel d=11696 BID NO: 2018-223-ZD CITYOF MIAMI BEACH ' BEACH 14 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. PREVIOUS 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 • 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. • Previous Experience: Bidders shall have a total of one (1) project successfully completed of similar size and scope within the last three (3)years. Submittal Requirement: Bidders shall submit at least one (1) individual project reference exemplifying their experience for projects of facilities renovations of similar size (Approx. 15,000 Sq. ft. or $1 million contract minimum) and scope (as defined in Section 200). References must include projects completed within the last three (3) years. For all references submitted, Bidders shall submit, with its bid or within two (2) business days of request, at a minimum the following information for each project reference: 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. BID NO: 2018-223-ZO CITYOF MIAMI BEACH ; q Lt BEACH 15 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. FAILURE TO SUBMIT THE MOST RECENT BID PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. Balance of Page Intentionally Left Blank BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 0500. GENERAL TERMS AND CONDITIONS: 1. Personnel Requirements: Superintendent must have at least five (5) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least five (5) years of experience in projects of similar design, scope, size and complexity. 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: 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 () CPM (X) Computerized CPM using Primavera P6 software or latest version Microsoft Project software BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH (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 project 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. 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH ' l BEACH 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. 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 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH 7,BEACH 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 in Appendix D. 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): 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH 7. \,',..BEACH 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 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 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, defend, 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. This indemnification provision 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 7.1 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: BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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 Contractors 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 Contractors 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 and Underground) coverage. BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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. Bests 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. BID NO:2018-223-ZD CITYOF MIAMI BEACH _;,'..BEACH Certificate Holder: CITY OF MIAMI BEACH do PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 • Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other 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 (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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH - '.l''.BEACH 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 ordispute, 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. 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH .1;1%7 BEACH 25 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 inspect the materials and work with reasonable promptness without the written permission or instruction of Consultant. 14.3. 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH ',f BEACH 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. 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. Termination. 16.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Agreement, in whole or in part, at any time upon written notice to the Contractor. The City shall effectuate such Termination for Convenience by delivering to the Contractor a Notice of Termination for Convenience, specifying the applicable scope and effective date of termination, which termination shall be deemed operative as of the effective date specified therein without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. a. Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 16.1: i. Stop the Work specified as terminated in the Notice of Termination for Convenience; U. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; BID NO: 2018-223-ZD CITYOF MIAMI BEACH T;''BEACH 27 Hi. Immediately deliver to the City all Project records, in their original/native electronic format (I.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; iv. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City (if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest; and ix. Complete performance of the Work not terminated (if any). b. Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Work, less all amounts previously paid to the Contractor in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor. Contractor shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the Contractor and absent such agreement, the City shall, no less than fifteen (15) days prior to making final payment, provide the Contractor with written notice of the amount the City intends to pay to the Contractor. Such final BID NO: 2018-223-ZD CITYOF MIAMI BEACH ' ' BEACH 28 payment so made to the Contractor shall be in full and final settlement for Work performed under this Agreement, except to the extent the Contractor disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 16.2. Event of Default. The following shall each be considered an item of Default. If, after delivery of written notice from the City to Contractor specifying such Default, the Contractor fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed thirty (30) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which constitutes sufficient grounds for the City to terminate Contractor for cause: a. Failing to perform any portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; or failing to use the Subcontractors, entities and personnel as identified and to the degree specified, in the Contract Documents, subject to substitutions approved by the City in accordance with this Agreement and the other Contract Documents; b. Failing, for reasons other than an Excusable Delay, to begin the Work required promptly following the issuance of a Notice to Proceed; c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time; d. Failing, for reasons other than an Excusable Delay, to timely complete the Project within the specified time; a Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents; f. Discontinuing the prosecution of the Work, except in the event of: 1) the issuance of a stop-work order by the City; or 2) the inability of the Contractor to prosecute the Work because of an event giving rise to an Excusable Delay as set forth in this Agreement for which Contractor has provided written notice of same in accordance with the Contract Documents; g. Failing to provide sufficient evidence upon request that, in the City's sole opinion, demonstrates the Contractor's financial ability to complete the Project; h. An indictment is issued against the Contractor; i. Failing to make payments to for materials or labor in accordance with the respective agreements; j. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; BID NO: 2018-223-ZD CITYOF MIAMI BEACH ?j,''.BEACH 29 k. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Agreement; I. Fading to comply in any material respect with any of the terms of this Agreement or the Contract Documents. In no event shall the time period for curing a Default constitute an extension of the Substantial Completion Date or a waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 16.3. Termination of Agreement for Cause. a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as defined in Section 16.2, or for any other breach of the Agreement or other Contract Documents by the Contractor that the City, in its sole opinion, deems substantial and material, following written notice to the Contractor and the failure to timely and properly cure to the satisfaction of the City in the time period set forth in Section 16.2, or as otherwise specified in the Notice of Default. b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity, the City may issue a Notice of Termination for Cause to Contractor, copied to the Surety, rendering termination effective immediately, and may take any of the following actions, subject to any prior rights of the Surety: i. Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by Contractor; ii. Accept assignments of subcontracts; iii. Direct Contractor to transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Finish the Work by whatever reasonable method the City may deem expedient. a Upon the issuance of a Notice of Termination for Cause, the Contractor shall: i. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished or partially completed documents, and any and all BID NO: 2018-223-1D CITYOF MIIAOMI BEACH '. '. ',;�.,BEACH warranties and guaranties for Work, equipment or materials already installed or purchased; ii. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; iii. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and iv. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest. d. The rights and remedies of the City under Section 16 shall apply to all Defaults that are non-curable in nature, or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. 16.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Contractor, the City may (i) make demand upon the Surety to perform its obligations under the Performance Bond and Payment Bond, including completion of the Work, without requiring any further agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of Contractor as a condition precedent to assuming the bond obligations; or (ll) in the alternative, the City may take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's sole opinion shall be required for the proper completion of the Work, including succeeding to the rights of the Contractor under all subcontracts as contemplated by Article 16. b. The City may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 16.5. Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the Contractor's late cure of such Default), together with the costs of completing the Work, shall be BID NO:2018-223-ZD CITYOF MIAMI BEACH _., ),BEACH deducted from any monies due or to become due to the Contractor under this Agreement, irrespective of whether the City ultimately terminates Contractor. b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay Contractor, and the Contractor shall not be entitled to receive, any money until such time as the Project has been completed and the costs to make repairs and/or complete the Project have been ascertained by the City. In case such cost and expense is greater than the sum which would have been due and payable to the Contractor under this Agreement for any portion of the Work satisfactorily performed, the Contractor and the Surety shall be jointly and severally liable and shall pay the difference to the City upon demand. 16.6. Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the Contractor was not in default under the provisions of this Agreement, or that any delay hereunder was an Excusable Delay, the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 16.1. The Contractor shall have no further recourse of any nature for wrongful termination. 16.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 16.8. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this Article 16 at any time shall not constitute a waiver of such rights and remedies. 17. Contractor Right to Terminate Contract or Stop Work: If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90) days due to no act or fault of Contractor or persons or entities within its control, or if the City should fail to pay the Contractor any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant Article 8, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the Contractor identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is withholding such payment pursuant to any provision of this Agreement which entitles the City to so withhold such BID NO: 2018-223-ZD CITYOF MIAMI BEACH :I-.!„ BEACH payment, the Contractor shall have the right upon the expiration of the aforesaid ninety (90) day period to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by any provisions of the Contract Documents). In the alternative to termination, Contractor shall not be obligated to recommence the Work until such time as the City shall have made payment to the Contractor in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory to the City. Except as set forth in this Section 16.8, no act, event, circumstance or omission shall excuse or relieve the Contractor from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. 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. 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. BID NO: 2018-223-ZD CI?YOF MIAMI BEACH F.;'`I�?.•-6EACH 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 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 BID NO: 2018-223-Z0 CITYOF MIAMI BEACH ,' BEACH 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. 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH 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 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 40% 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 Contractors 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 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. BID NO: 2018-223-Z0 CITYOF MIAMI BEACH 1.7, BEACH 36 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: 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. 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 BID NO: 2016-223-ZD CITYOF MIAMI BEACH ' ' BEACH 37 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's 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: 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH �,p ''V. BEACH 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 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 BID NO: 2018-223-ZD CITYOF MIA .,MI BEACH _; BEACH 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 13 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: 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 39.4. 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 39.3. 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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 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 suchbids 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH i, "J , BEACH 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. 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 BID NO:2018-223-ZD CITYOF MIAMI BEACH , BEACH 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, 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH , - BEACH 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. 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 Contractors 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 40.1. 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH ;'1 BEACH 42. Excusable Delay; 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 40 hereof. Failure of Contractor to comply with Article 40 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 30 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; 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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 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 45.2 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. 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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, handholes, fittings and the like and shall prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor shall deliver these records in good order to Consultant as the Work is completed. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be 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 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: BID NO: 2018-223-ZD CITYOF MIAMI BEACH „ 7BEACH 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 47.1.2 and 47.1.3 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 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. • BID NO: 2018-223-ZD CITYOF MIAMI BEACH 'J'BEACH 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 38, 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 noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 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: In connection with the performance of the Services, the Contractor shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 49 Additionally, Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 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 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH L,•,i BEACH 50 e. The emergency procedure for spills, fire, disposal, and first aid. 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 no 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH `%''I A`i', BEACH 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 Failure to submit the attached ITB Price Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered b the Ci . BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH A-1 City of Miami Beach ITS Price Form 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, urance,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 selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS lit 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: PROJECT TITLE: ITB 2018-223-ZD: FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS Cost Division 01 -General Requirements/Overhead/Insurance/Bond $ Division 02—Demolition $ Division 03—Concrete/Cast in Place/Concrete Toppings $ Division 05- Metals/Steel Framing $ Division 07- Thermal and Moisture Protection/Waterproofing $ Division 08- Openings/Doors/Windows/ Skylights $ Division 09- Finishes/Painting!Sport Surfacing $ Division 12- Furnishings/Site Furnishings $ Division 22 - Plumbing $ Division 26- Electrical/Sports Lighting $ Division 31- Earthwork/Earth Moving $ Division 32- Exterior Improvements/Fences and Gates/Concrete Paving $ Division 33- Utilities!Draina•e Pipin• $ TOTAL(ALL DIVISIONS): S Allowance for City Indemnification $25.00 Permit Allowance $25,000.00 *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) Section 2 - Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-223-ZD CITYOF MIAMI BEACH ', :y BEACH 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. 2018-223-ZD Flamingo Park- Existing Handball Courts Renovations 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH • B`AJ-I 54 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment 1 Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 l Amendment 5 Amendment 10 I Attached is a Bid Bond 0, Cash 0, Money Order 0, Unconditional Letter of Credit ❑, Treasurers Check E, Bank Draft O, Cashier's Check ❑, or: Certified Check O No. Bank of for the sum of Dollars (3 ). 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: (Sign below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) BID NO:2018-223-ZD CITYOF MIAMI BEACH = BEACH A-2 (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: BID NO:2018-223-ZD CITYOF MIAMI BEACH %y' BEACH 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 TWO (2) BUSINESS 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. 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. BID NO: 2018-223-ZD CITYOF MIA `� MI BEACH 1i;,.,: BEACH A-3 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? E Yes El 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: O Sole Proprietorship ❑ Partnership O Corporation 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: BID NO:2018-223-ZD CIrYOF MIAMI BEACH > ' BEACH A-3 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). 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) were defendants. BID NO: 2018-223-ZD CITYOF MIAMI BEACH > . BEACH A-3 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? 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. N. 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 O. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? ❑Yes ❑No If the answer to either number N or 0 is yes, attach a written detailed explanation. BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH A-3 P. 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? El Yes ❑No Q. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. R. 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. S. 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; (H) 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH j ' BEACH 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: CONTINUED ON FOLLOWING PAGE IF CORPORATION: Signature Print Name of Corporation Print Name Address Title: WITNESS: Signature Print Name Title: (CORPORATE SEAL) Attest: Secretary BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 62 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. 2018-223-ZD. SIGNATURE PRINTED NAME • TITLE (IF CORPORATION) BID NO: 2018-223-ZD CITYOF MIAMI BEACH ','.I BEACH 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; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ll) 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 subparagraphs(1) through (6). BID NO:2018-223-ZD CITYOF MIAMI BEACH +.BEACH A-5 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 (name of corporation/company) known to me to ,be the person described herein, or who produced as identification, and ho did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) My commission expires: BID NO: 2018-223-ZD CITYOF MIAMI BEACH .V, BEACH 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: • 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). BID NO:2018-223-ZD CITYOF MIAMI BEACH •.BEACH A-6 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; • Contracts for professional NE, landscape NE, 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; BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 67 A-6 • 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 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH •. BEACH A-6 MIAMIBEACH 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. Race Yes No ._ Sex _Yes_No Color Yes No Sexual Orientation Yes No Creed _Yes_No Gender Identity(transgender status) _Yes_No _ Religion _Yes_No _ Domestic partner status _Yes_No National origin _Yes_No _. Marital status _Yes_No Ancestry _Yes_No Disability _Yes_No Age _Yes_No AIDS/HIV status _Yes No Height _Yes_No r 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH ),,.BEACH 69 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) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.gov/procurement/ BID NO: 2018-223-ZD CITYOF MIAMI BEACH ..,, BEACH 70 A-6 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 ora 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 71 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 72 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 73 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: BID NO:2018-223-ZD CITYOF MIAMI BEACH - BEACH 74 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; • 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 75 A-6 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH :712- BEACH A_7 CONSIDERATION FOR INDEMNIFICATION OF CITY 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.] BID NO: 2018-223-ZD CITYOF MIAMI BEACH '). BEACH 78 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 79 APPENDIX B List of Plans and Specifications BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 80 MIAMIBEACH B LIST OF PLANS & SPECIFICATIONS CONTRACT DOCUMENTS AS DEVELOPED BY WOLFBERG ALVAREZ DATED May 17, 2017 Sheet No./Spec. Title/Description Page No. ITB 2018-223-ZD : Flamingo Park-Existing Handball Courts Renovations - DRAWINGS 1 A0.01 Cover Sheet 2 A1.00 Index of Drawings 3 SV1.00 Survey 4 C.1 Demolition and Removal Plan 5 C.2 Layout Nan 6 C.3 Grading&Drainage Plan 7 C.4 Storm Water Pollution Prevention Plan 8 C.5 Storm Water Pollution Prevention Notes& Details 9 DA3.01 Demolition Plans 10 DA3.01A Demolition Photos 11 DA3.02 Demo Plans 12 A3.01 First Floor Plan 13 A3.02 First Floor Plan 14 A4.01 Elevations&Sections 15 A8.01 Details 16 51.01 Details&General Notes 17 P3.01 Floor Plan Numbing 18 P6.01 Legend Schedules & Details 19 E-1.1 Legend & Notes 20 DE2.00 1ST Demo Floor Plan 21 E3.01 Floor Plan Lighting 22 E3.02 Photometrics 23 E9.1 Riser&Schedules BID NO: 2018-223-ZD CITYOF MIAMI BEACH 2 BEACH 81 APPENDIX C Required Forms for Bid Submittal JNote: Attachments below only apply if the adjacent box is checked) Z ATTACHMENT C-1: Prevailing Wage and Local Workforce Participation Program Requirements ® ATTACHMENT C-1 A: Responsible Contractor Affidavit Form (PART A) ® ATTACHMENT C-1B: Responsible Contractor Affidavit Form (PART B) ❑ ATTACHMENT C-2: Bid Guaranty Form; Unconditional Letter Of Credit ® ATTACHMENT C-3: Statement Of Compliance: Prevailing Wage Rate Ordinance ❑ ATTACHMENT C-4: Statement Of Compliance: Davis Bacon Wages BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 82 C-1 The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize, for clarity, the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts,the requirements of the City Code, with respect to these programs, shall prevail. I. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. (reference: Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum) the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning,January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training. The Procurement Department offers ongoing training in LCP Tracker to all contractors. To schedule a training session, contact Alien Gonzalez at AlianGonzalez@MiamiBeachFL.gov or at 305-673-7490. BID NO: 2018-223-ZD CITYOF MIAMI BEACH +.BEACH 83 C-1 II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit. As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award, the bidder shall submit a Responsible Contractor Affidavit. The Responsible Contractor Affidavit (RCA) is comprised of two (2) forms — RCA-Part A and RCA-Part B. Both forms are required to be submitted with the bid or within 48 business hours of being notified by the Procurement Contracting Officer for the solicitation. Failure to submit the RCA shall result in the bid being disqualified and deemed non-responsive. a. Part A-Commitment to Promote Local Workforce Participation. The contractor, and each subcontractor, shall submit RCA-Part A affirming that it will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To download RCA-Part A affidavit, visit miamibeachfl.gov/procurement/local workforce. b. Part B - Position / Employee Data. The contractor, and each sub-contractor shall submit RCA-Part B with the following sections completed: • Section 1 — Indicate the number of positions required to complete the contract work, and the minimum qualification(s)for each position. • Section 2— For the positions indicated in Section 1, specify the name, address, and position of each current employee of the contractor or subcontractor. • Section 3 - For the positions indicated in Section 1, not indicated in Section 2, each contractor or subcontractor shall specify the number of positions, and the minimum qualification(s) for each position, that the contractor or subcontractor shall seek to hire to supplement the current employees listed in Section 2. To download RCA-Part B form, visit miamibeachfl.gov/procurement/local workforce. 3. Workforce Performance Report. Before its final application for payment, the contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent (30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. BID NO: 2018-223-ZD CITYOF MIAMI BEACH -7"i BEACH c-1 III. PROCESS FLOW The following graphic outlining the major steps of the Prevailing Wage and Local Workforce Participation programs is provided illustrative purposes only. 6.Contractor submits Workforce Performance 1.Bidder submits a Report prior to bid or proposal. submittal of /1/4final payment application. 11‘ 2.With is bid or proposal, 5.Projecct bidder submits Responsible Completed. Contractor Affidavit-Parts A and B. 1\b 4.Prior to submitting every payment application, 3.Project Contractors Awarded. submits Certified Payrolls in SCP Tracker. Balance of Parse Intentionally Left Blank BID NO:2018-223-ZD CITYOF MIAMI BEACH ,• _, "BEACH 85 C-1 A LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part A— Commitment to Promote Local Workforce Participation In accordance with Article III, Section 31-40 of the Miami Beach Code, all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,000,000 for(i) the construction, demolition, alteration and/or repair of city buildings or city public works projects, or (ii) a contract valued in excess of$1,000,000 which provides for privately-funded construction, demolition, alteration and/or repair of buildings or improvements located on city-owned land, and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami- Dade County residents and seek to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s) shall provide the residence address of each worker. Print Name of Affiant Print Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code Notary Public Information Notary Public—State of County of Subscribed and sworn to(or affirmed) before me this • day of, 20_ by He or she is personally known to me 0 or has produced identification 0 Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH CO a w V - I q A I c = s. I 0 a o n o aI cora 0 to „oa. I CO Ol. la c a ° •E E u o • m o aE i `° a i -0 o _' ° 0 0 a 0 2 O 2 E > m a co RI c o cE ° v C 5 3 03 2 V a o° ° Q N c ~ s Q$ CO ❑ o ` E w CD 0- m0 " E- m n . ° - - • i 0) a• 0 ° ❑ ° a i G O. LL d O a u z E `° $ u Z7. S `m y o " o _ ° 0 5 ~ o No v c o E m ° « ° v o Q A 3w v= oil 0 U i2— v t m ° a rzx co ct O y vD E c $ ° w 3 ars = ' ` • c =E v CE w ` • v � w W O O ' - z' o v a E z U U aw : o 0 4 CO d w £ ' " Z w 0 - LLY _ 0 5 > : ` m 6 a ro u ; £ a y c o = , o a g C e ° m a E O a E °. a - n N C LL >r O 0 Y_ 9 u d E 0 CC ll CI v a E Er E c U 0 c • x U o E c °° • 3 OJ I o a a 5 'p E cl n 0 W a = o w v - 0 0 °n ° 0 ` 5 0 5 C c O. E. • u° ' 2 aE t G '° > a, z `° Z ° m La"' °o. w -- w o E a--' � ° o v P Z Q 6 a c ._ s. cN O• " w w o UEi ❑ O q ❑ - a N p ~ Z = It na 5 3 C N O a • O I m' 0 > U ry O T ,y a zoo ra w ° z ,co w z A '° i O p u V G a ❑_ w c• -0 a co.. a, v, O C-2 MIAMI BEACH E 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: 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 agreed upon by and (contractor, applicant, customer) 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. BID NO: 2818-223-ZD CITYOF MIAMI BEACH BEACH 88 C-2 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH ','. BEACH ❑ STATEMENT OF COMPLIANCE: C-3 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. 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: BID NO:2018-223-ZD CITYOF MIAMI BEACH ❑ STATEMENT OF COMPLIANCE: C-4 J DAVIS BACON ACT No. Contract No. Project Title The undersigned Contractor hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated , 20 Contractor By: (Signature) By: (Print Name and Title) STATE OF SS COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_ (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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 Principal 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 • BID NO: 2018-223-ZD CITYOF MIAMI BEACH ' °EACH 92 MIAMIBEACH p_1 FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract BID NO: 2018-223-ZD CITYOF MIAMI BEACH ','d BEACH D-1 FORM OF PERFORMANCE BOND (Continued) or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH D-2 FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract" THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. BID NO: 2018-223-ZD CITYOF MIAMI BEACH ,• � BEACH D-2 The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 . Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 . IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH D-3 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon, oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by BID NO: 2018-223-ZD CITYOF MIAMI BEACH BEACH 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) 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH :I"• '..BEACH D-4 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH A!‘:'. BEACH D-5 CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City, is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. BID NO:2018-223-ZD CITVOF MIAMI BEACH 'I BEACH 700 D-5 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: BID NO: 2018-223-ZO CITYOF MIAMI BEACH _,•.,e, BFACH 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 (time) (date) City of Miami Beach, Florida By Contract Administrator Date BID NO: 2016-223-ZD CITYOF MIAMI BEACH `j, g,EACH 102 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 (S ) 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 Hens and claims whatsoever arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, Contractor may submit a consent of surety to final payment in a form satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 [If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20_ i BID NO: 2018-223-ZD CITYOF MIAMI BEACH ',A,'BEACH 103 APPENDIX E Sample Contract BID NO: 2018-223-ZD CITYOF MIAMI BEACH -7... BEACH 104 IV1IH/V11Dr/Hl.. n 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 CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida,("City"), and ("Contractor"). WITNESSETH, 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 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 (_j calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within (_) 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH '[BEACH 105 dollars ($ ) 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 dollars ($ ) 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. [X] This is a Lump Sum Price Contract:* BID NO: 2018-223-ZD CITYOF MIAMI BEACH `> BEACH 106 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 The Contract Price is $ , consisting of a base bid in the amount of $ and a separate line item in the amount of $ for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, exclusive of the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *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 Consultants 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 a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or 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. 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 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. BID NO:2018-223-ZD CITYOF MIAMI BEACH 107 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 ad ministration. 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 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH A.7: B_ACH 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 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 provision elsewhere in the Contract Documents or under any law, regulation, statute or code requirement which is applicable to this Project, the more stringent state or federal 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. 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH /1 BEACH 109 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: Attn: With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Attn: 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. BID NO: 2018-223-ZD CITYOF MIAMI BEACH .' BEACH 110 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. IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH, FLORIDA City Clerk Mayor ATTEST: BID NO: 2018-223-ZD CITYOF MIAMI BEACH '1:: BEACH 111 Signature/Secretary Signature/President Print Name Print Name 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 Principal 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 BID NO: 2018-223-ZD CITYOF MIAMI BEACH ',1 BEACH APPENDIX F Specifications BID NO: 2018-223-ZD CITYOF MIAMI BEACH ' ' BEACH 113 SECTION 129300-SITE FURNISHINGS 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, Bleachers. 2. Benches. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified. C. Samples for Initial Selection: For units with factory-applied finishes. 1.4 INFORMATIONAL SUBMITTALS A. Material Certificates: For site furnishings. 1.5 QUALITY ASSURANCE A. Installer Qualification: An experienced installer who has completed installation of site furnishings and whose work has resulted in construction with a record of successful in-service performance. 1.6 WARRANTY A. All aluminum bleachers shall carry, after proper erection, and under normal use for this type of structure, a one(1)year warranty against all defects in materials and workmanship. B. All benches shall carry a limited twenty-year warranty against structural failure of all steel bench frames or aluminum bench supports. Limited ten-year warranty against structural failure of recycled plastic. It is further warrantied not to degrade, split, crack or splinter during this period. SITE FURNISHINGS 129300 - 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners 1.7 CLOSEOUT SUBMITTALS A. Maintenance Data: For site furnishings to include in maintenance manuals. PART 2 - PRODUCTS 2.1 BLEACHERS A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or approved equal. B. Number of rows: 3. C. Overall length: 7'-6" D. Understructure: The understructure of the bleacher shall consist of a series of welded aluminum angle frames spaced at intervals of no more than 6-0" and joined by means of aluminum sway braces, alloy 6061-T6, mill finish. Each frame shall consist of vertical members, adequate diagonal braces, and horizontal members welded to form a 6" rise and a 24" back to back spacing between seat rows. First seat shall no more than 12" above grade. All welded connections shall be by certified aluminum welders and all mating parts shall be welded on all sides to assure adequate strength. E. Design: The bleacher shall be designed to support, in addition to its own weight, a uniformly distributed live load of not less than 100 pounds per square foot of gross horizontal projection of the bleacher. All seat and foot plank members shall be designed to support not less than 120 pounds per lineal foot. The bleacher shall designed to resist, with or without live load, a horizontal wind load appropriate for local conditions. It shall also be designed to resist, in addition to the live load, sway forces applied to the seats in a direction parallel to the length of the seat planks 24 pounds per lineal foot; and, in a direction perpendicular, stresses in aluminum members and connections shall not exceed those specified for Building Type Structures by the Aluminum Association. F. Seats and Decking: Seats shall be 2"x 12" nominal extruded (1.75"x9.5"actual) aluminum, alloy 6063-T6, wall thickness .078" (+/- .006" industry tolerance) with a raised fluted surface to provide a non-skid surface. Seats shall be anodized clear(204R1), conforming to the Aluminum Association Architectural Standard AA-C22A31. Seat planks shall have one internal support leg, and shall be designed to rest on a seat support with a minimum bearing surface of 8-1/2" to provide adequate resistance to torsion stress. Footboards shall consist of one 2"x10" nominal extruded (1.75"x9.5" actual) aluminum, alloy 6063-T6, wall thickness .078"(+/- .006" industry tolerance) with a raised fluted surface to provide a non-skid surface. Footboards shall have a mill finish. End caps provided for footboards shall match in both color and finish, shall be full length single piece, and shall attach by means of aluminum rivets on the underside of the plank. End caps shall be of a heavy duty clamping, channel design, and shall match in both color and finish the plank to which they will attach. End caps shall be fastened to the underside by means of Mo aluminum rivets. Seats and footboards shall be connected to the supporting structure so as to transmit all live and sway loads to the understructure members, so placed to resist those loads specified in the design section. The connecting hardware (bolt clips) shall be of extruded aluminum, mill finish. Clips shall be so designed as to provide adjustability in four directions. SITE FURNISHINGS 129300 -2 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners G. Hardware. All structural hardware shall be 7/16"diameter, grade 5 machine bolts, complete with hex nuts and "spring type" lockwashers. All hardware connecting plank to understructure shall be 5/16" diameter carriage bolts, complete with hex nuts and "spring type" lockwashers. The finish of all hardware shall be either hot-dipped galvanized or stainless steel to prohibit deterioration from electrolysis. No other hardware finish will be considered as an alternate. 2.2 BENCHES A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or approved equal. B. Materials: 1. End Supports shall be ASTM B26 cast aluminum. 2. Seat surface shall be manufactured from 2'x 3" nominal HDPE recycled plastic slats. 3. Support braces shall be manufactured from 3/8" thick ASTM A36 steel plate and 2" (2 3/8"OD)ASTM A513 schedule 40 steel tubing. 4. Seat contour straps shall be manufactured from 3/8'x 2'ASTM A36 carbon steel flat bar. 5. Stainless steel expansion anchors (1/2'x 3 3/4") provided. C. Dimensions: 6 foot bench. Overall. 75 11/16' long x 291/4" deep x 34 9/16" high. D. Finish: Powder Coating. 1. All parts are processed through an 8-stage iron phosphorous wash system. 2. Parts are coated with a zinc-rich epoxy primer to an AVERAGE of 4-5 mils. 3. Parts are then finishedwith a top coat of TGIC-polyester powder to an AVERAGE of 4-5 mils. 4. Powder is cured at the powder manufacturer's specifications using combination of infrared and convection heat for approximately 20 minutes. 5. Finished parts shall comply with the following American Standard Test Method (ASTM) for coating and coating method: ASTM-D-523, ASTM-D-3363, ASTM-D-1737, ASTM-D- 3359,ASTM-D-2794, ASTM- 8-117 and ASTM-D-3451. PART 3- EXECUTION 3.1 EXAMINATION A. Examine areas and conditions. with Installer present, for compliance with requirements for correct and level finished grade, mounting surfaces, installation tolerances, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Comply with manufacturer's written installation instructions unless more stringent requirements are indicated. Complete field assembly of site furnishings where required. SITE FURNISHINGS 129300-3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners B. Unless otherwise indicated, install site furnishings after landscaping and paving have been completed. C. Install site furnishings level, plumb, true, and securely anchored at locations indicated on Drawings. END OF SECTION 129300 SITE FURNISHINGS 129300-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners SECTION 220523 -GENERAL-DUTY VALVES FOR PLUMBING PIPING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Valves, cocks and faucets (plumbing) including necessary accessories indicated on drawings and specified in this section. B. Related Sections: 1. 221116- Domestic Water Piping 2. 221119-Domestic Water Piping Specialties. 1.2 SUBMITTALS A. Submit properly identified Manufacturer's literature to the form defined in Section 01340 before commencing work. B. Submit shop drawings on the following: 1. Valves: Catalog cuts, pressure ratings and electrical requirements. 2. Hose Bibbs: Catalog cuts. PART 2 - PRODUCTS 2.1 VALVES A. Ball Valves (Full Port Type—Water): 1. 2" and Smaller: . Bronze body, threaded ends, chrome plated brass ball: Milwaukee BA-100, Watts 3-6000, Hammond 805, 400 WOG rating. 2.2 HOSE BIBBS A. Concealed Supply: 1. Flanged, All polished chrome plated 3/4 Inch Hose Valve: Chicago Faucet No. 293-6, or accepted equivalent with vacuum breaker. 2. Provide isolation valve in branch. B. Vacuum Breaker GENERAL-DUTY VALVES FOR PLUMBING PIPING 220523- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 1. Non-Removable Type With Finish to Match Hose Bibb: Chicago Faucet, Watts Regulator, or accepted equivalent. PART 3. - EXECUTION 3.1 INSTALLATION A. Valves: Provide valves where noted on plans and as required for complete regulation or control of systems, mains, branches to each piece of equipment. END OF SECTION 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING 220523-2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No, 28010.00 Wolfberg Alvarez&Partners SECTION 220553 - IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 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: I. Equipment labels. ? Warning signs and labels. 3. Pipe labels. 4. Stencils. 5. Valve tags. 6. Warning tags. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For color, letter style, and graphic representation required for each identification Material and device. C. Equipment Label Schedule: Include a listing of all equipment to be labeled with the proposed content for each label. D. Valve numbering scheme. E. Valve Schedules: For each piping system to include in maintenance manuals. 1.4 COORDINATION A. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. B. Coordinate installation of identifying devices with locations of access panels and doors. C. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2 -PRODUCTS IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553- 1 Flamingo Park— Existing Handball Courts Renovations February 28. 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 2.1 EQUIPMENT LABELS A. Metal Labels for Equipment: I. Material and Thickness: Brass, 0.032-inch (0.8-mm) , Stainless steel, 0.025-inch (0.64- mm), Aluminum, 0.032-inch (0.8-mm), or] anodized aluminum, 0.032-inch (0.8-mm). minimum thickness, and having predrilled or stamped holes for attachment hardware. 2. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch (64 by 19 mm). 3. Minimum Letter Size: 1/4 inch (6.4 mm)for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering. 4. Fasteners: Stainless-steel rivets, rivets or self-tapping screw, self-tapping screws. 5. Adhesive: Contact-type permanent adhesive, compatible with label and with substrate. B. Plastic Labels for Equipment: 1. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch (1.6 mm) or 1/8 inch (3.2 mm)thick, and having predrilled holes for attachment hardware. 2 Letter Color: To be a contrasting color to background and to be visible and legible. 3. Background Color: To be a contrasting color to the color of the equipment. 4. Maximum Temperature: Able to withstand temperatures up to 160 deg F(71 deg C). 5. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch (64 by 19 mm). 6. Minimum Letter Size: 1/4 inch (6.4 mm) for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm)for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering. 7. Fasteners: Stainless-steel rivets, rivets or self-tapping screw, self-tapping screws. 8. Adhesive: Contact-type permanent adhesive, compatible with label and with substrate. C. Label Content: Include equipment's Drawing designation or unique equipment number, Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. D. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by-11-inch (A4) bond paper. Tabulate equipment identification number and identify Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. Equipment schedule shall be included in operation and maintenance data. 2.2 WARNING SIGNS AND LABELS A. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch (1.6 mm)or 1/8 inch (3.2 mm) thick, and having predrilled holes for attachment hardware. B. Letter Color: To be a contrasting color to the color of the equipment. C. Background Color: To be a contrasting color to the color of the equipment IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553-2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8, Partners D. Maximum Temperature: Able to withstand temperatures up to 160 deg F(71 deg C). E. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch (64 by 19 mm). F. Minimum Letter Size: 1/4 inch (6.4 mm) for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include secondary lettering two- thirds to three-fourths the size of principal lettering. G. Fasteners: Stainless-steel rivets, rivets or self-tapping screw, self-tapping screws. H. Adhesive: Contact-type permanent adhesive, compatible with label and with substrate. 1. Label Content: Include caution and warning information, plus emergency notification instructions. 2.3 PIPE LABELS A. General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with lettering indicating service, and showing flow direction. B. Pretensioned Pipe Labels: Precoiled, semirigid plastic formed to partially covered circumference of pipe and to attach to pipe without fasteners or adhesive. C. Self-Adhesive Pipe Labels: Printed plastic with contact-type, permanent-adhesive backing. D. Pipe Label Contents: Include identification of piping service using same designations or abbreviations as used on Drawings, pipe size, and an arrow indicating flow direction. 1. Flow-Direction Arrows: Integral with piping system service lettering to accommodate both directions,or as separate unit on each pipe label to indicate flow direction. 2. Lettering Size: At least 1-1/2 inches (38 mm) high. 2.4 VALVE TAGS A. Valve Tags: Stamped or engraved with 1/4-inch (6.4-mm) letters for piping system abbreviation and 1/2-inch(13-mm) numbers. 1. Tag Material: Brass, 0.032-inch (0.8-mm), Stainless steel, 0.025-inch (0.64-mm), Aluminum, 0.032-inch (0.8-mm) or anodized aluminum, 0,032-inch (0.8-mm) minimum thickness, and having predrilled or stamped holes for attachment hardware. 2 Fasteners: Brass wire-link or beaded chain; or S-hook wire-link chain beaded chain S- hook. B. Valve Schedules: For each piping system, on 8-112-by-11-inch (A4) bond paper. Tabulate valve number, piping system, system abbreviation (as shown on valve tag), location of valve (room or space), normal-operating position (open, closed, or modulating), and variations for identification. Mark valves for emergency shutoff and similar special uses. IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553-3 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project Nc. 28010.00 Wolfberg Alvarez&Partners I. Valve-tag schedule shall be included in operation and maintenance data. 2.5 WARNING TAGS A. Warning Tags: Preprinted or partially preprinted, accident-prevention tags, of plasticized card stock with matte finish suitable for writing. I. Size: 3 by 5-1/4 inches (75 by 133 mm) minimum Approximately 4 by 7 inches (100 by 178 mm). 2. Fasteners: Brass grommet and wire, Reinforced grommet and wire string. 3. Nomenclature: Large-size primary caption such as'DANGER,""CAUTION,"or"DO NOT OPERATE." 4. Color: Yellow background with black lettering. PART 3 - EXECUTION 3.1 PREPARATION A. Clean piping and equipment surfaces of substances that could impair bond of identification devices, including dirt, oil, grease, release agents, and incompatible primer, paints, and encapsulants. B. All labels color codes and installation shall comply with ANSI/ASME A13.1-2007 Colors 3.2 EQUIPMENT LABEL INSTALLATION A. Install or permanently fasten labels on each major item of mechanical equipment. B. Locate equipment labels where accessible and visible. 3.3 PIPE LABEL INSTALLATION A. Piping Color-Coding: Painting of piping is specified in Section 099123 "Interior Painting."Section 099600 "High-Performance Coatings." B. Stenciled Pipe Label Option: Stenciled labels may be provided instead of manufactured pipe labels, at Installer's option. Install stenciled pipe labels with painted, color-coded bands or rectangles][, complying with ASME A13.1, on each piping system. I. Identification Paint: Use for contrasting background. 2. Stencil Paint: Use for pipe marking. C. Locate pipe labels where piping is exposed or above accessible ceilings in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior exposed locations as follows: 1. Near each valve and control device. IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553 -4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 2. Near each branch connection, excluding short takeoffs for fixtures and terminal units. Where flow pattern is not obvious, math each pipe at branch. 3. Near penetrations through walls, floors, ceilings, and inaccessible enclosures. 4. At access doors, manholes, and similar access points that permit view of concealed piping. 5. Near major equipment items and other points of origination and termination. 6. Spaced at maximum intervals of[50 feet (15 m) along each run. Reduce intervals to 25 feet(7.6 rn)in areas of congested piping and equipment. 7. On piping above removable acoustical ceilings. Omit intermediately spaced labels. D. Pipe Label Color Schedule: 1. Domestic Water Piping: a. Background Color: Blue b. Letter Color: White 2. Sanitary Waste and Storm Drainage Piping: a. Background Color: Green b. Letter Color; White 3.4 VALVE-TAG INSTALLATION A. Install tags on valves and control devices in piping systems, except check valves, valves within factory-fabricated equipment units; shutoff valves; faucets; convenience and lawn-watering hose connections; and similar roughing-in connections of end-use fixtures and units. List tagged valves in a valve schedule. • B. Valve-Tag Application Schedule: Tag valves according to size, shape, and color scheme and with captions similar to those indicated in the following subparagraphs: 1. Valve-Tag Size and Shape: a. Cold Water: 2 inches(50 mm)], round or square b. Hot Water: 2 inches(50 mm)], round or square 2. Valve-Tag Color: a. Cold Water: Blue b. Hot Water: Red 3. Letter Color: a. Cold Water:White b. Hot Water:White 3.5 WARNING-TAG INSTALLATION A. Write required message on, and attach warning tags to, equipment and other items where IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553 - 5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners required. END OF SECTION 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553 -6 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez & Partners SECTION 221110- DRAINS AND CLEANOUTS PART 1 -GENERAL 1.1 SUMMARY A. Related Sections: 1. Division 7-Thermal and Moisture Protection. 1.2 SUBMITTALS A. Product Data: Submit properly identified manufacturer's literature before starting work. B. Submit Shop Drawings on the Following: 1. Cleanouts: Catalog cuts. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Model Numbers are taken from Josam. 1. Acceptable equivalents: a. Jay R. Smith Mfg. Co. b. Wade. c. Zurn. 2.2 MATERIALS A. Cleanouts and Clean out Access Covers: 1. Floor, Interior Finished Rooms: a. Cast iron, adjustable inside caulk outlet, brass internal plug, S.F. Bronze scoriated cover plate secured by countersunk plug. No.56020-88 by Josam or accepted equivalent. Floor clean out on wood flooring shall be installed per architectural recommendations. 2. Stack Base for Use in Block Walls: a. Cast iron "T" branch tee with plated cast iron countersunk plug, lead seal, satin stainless steel round access cover plate secured with countersunk screw. No.58790-15 by Josam or accepted equivalent. DRAINS AND CLEAN OUTS 221110- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 3. Stack Base for Use in Plaster Walls: a. Cast iron "T' branch tee coated cast iron countersunk plug, lead seal, cast brass round access cover with anchor lugs, satin stainless steel cover secured with countersunk screw. No.58750-15 by Josam or accepted equivalent. 4. Stack Base for Use in Tile Walls: a. Cast iron "T" branch with brass countersunk plug, cast brass square access cover with satin top, anchor lugs, cover plate secured with 4 screws. No.58770-15 by Josam or accepted equivalent. 5. Exterior, Heavy Duty: a. Cast iron, inside calk outlet bronze internal plug, ductile iron sooriated heavy duty cover. No. 56040-15 by Josam or accepted equivalent. 6. Clean out Sizes: a. Full pipe size up through 4 inches, pipe cleanouts with bodies of standard pipe size and caulking ferrules conforming to thickness required for pipe and fittings of same metal. 7. Removable Clean out Plugs: a. Cast bronze with screw threads and recessed bronze socket. No.58540 by Josam or accepted equivalent. C. Wall Access: • 1. Cast bronze, polished chrome plated square frame and cover, 12" X 12" minimum opening or larger, as required. No.58640 by Josam or accepted equivalent. PART 3-EXECUTION 3.1 INSTALLATION A. Cleanouts: 1. Place pipe cleanouts at the foot of each soil and waste stack in sanitary system and place pipe cleanouts in horizontal runs not to exceed 100 foot spacing. 2. Install access covers as specified. B. Flush Cleanouts: Flush cleanouts (FCO)with recessed sockets (without access covers) may be used in non-finished areas such as equipment roams, storage rooms, and the like, if top of hub is installed in level position and top of clean out plug is flush with the concrete floor. END OF SECTION 221110 DRAINS AND CLEANOUTS 221110-2 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project Na. 28010.00 Wolfberg Alvarez&Partners SECTION 221116-DOMESTIC WATER PIPING PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: I. Under-building-slab and aboveground domestic water pipes, tubes, and fittings inside buildings. 2. Encasement for piping.: B. Related Sections: 1. Section 221113 Facility Water Distribution Piping. 1.2 SUBMITTALS A. Submit properly identified manufacturer's literature before starting work. B. Shop Drawings: 1, Pipe and Fittings: Manufacturer's name and mill reports. 2. Expansion Joints: Catalog cuts. 3. Dielectric Unions: Catalog cuts. PART 2 -PRODUCTS 2,1 MATERIALS A. Comply with requirements in "Piping Schedule' Article for applications of pipe, tube, fitting materias, and joining methods for specific services, service locations, and pipe sizes. B. Potable-water piping and components shall comply with NSF 14 and NSF 61. 2.2 COPPER TUBE AND FITTINGS A. Hard Copper Tube: ASTM13 88, Type L water tube, drawn temper. B. Cast-Copper, Solder-Joint Fittings: ASME B16.18. C. Wrought-Copper, Solder-Joint Fittings: ASME B16.22. D. Bronze Flanges: ASME B16.24, Class 150, with solder-joint ends. DOMESTIC WATER PIPING 221116- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8,Partners E. Copper Unions: 1. MSS SP-123. 2. Cast-copper-alloy, hexagonal-stock body. 3. Solder-joint or threaded ends. 2.3 PIPING JOINING MATERIALS A. Solder Filler Metals: ASTM B 32, lead-free alloys. B. Flux: ASTM B 813, water flushable. PART 3 - EXECUTION 3.1 EARTHWORK A. Comply with requirements in Section 312000 "Earth Moving' for excavating, trenching, and backfilling. 3.2 PIPING INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of domestic water piping. Indicated locations and arrangements are used to size pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved on coordination drawings. B. Install copper tubing under building slab according to CDA's"Copper Tube Handbook." C. Install underground copper tube in PE encasement according to ASTM A 674 or AWWA C1051A21.5. D. Install shutoff valve, hose-end drain valve, strainer, pressure gage, and test tee with valve inside the building at each domestic water-service entrance. Comply with requirements for pressure gages in Section 220519 "Meters and Gages for Plumbing Piping" and with requirements for drain valves and strainers in Section 221119 "Domestic Water Piping Specialties." E. Install water-pressure-reducing valves downstream from shutoff valves. Comply with requirements for pressure-reducing valves in Section 221119 "Domestic Water Piping Specialties" F. Rough-in domestic water piping for water-meter installation according to utility company's requirements. G. Install piping concealed from view and protected from physical contact by building occupants unless otherwise indicated and except in equipment rooms and service areas. DOMESTIC WATER PIPING 221116 -2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners FL Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. I. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal, and coordinate with other services occupying that space. J. Install piping to permit valve servicing. K. Install nipples, unions, special fittings, and valves with pressure ratings the same as or higher than the system pressure rating used in applications below unless otherwise indicated. L. Install piping free of sags and bends. M. Install fittings for changes in direction and branch connections. N. Install unions in copper tubing at final connection to each piece of equipment, machine, and specialty. O. Install sleeves for piping penetrations of walls, ceilings, and floors. Comply with requirements for sleeves specified in Section 220517"Sleeves and Sleeve Seals for Plumbing Piping.' P. Install sleeve seals for piping penetrations of concrete walls and slabs. Comply with requirements for sleeve seals specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping." Q. Install escutcheons for piping penetrations of walls, ceilings, and floors. Comply with requirements for escutcheons specified in Section 220518"Escutcheons for Plumbing Piping." 3.3 JOINT CONSTRUCTION A. Ream ends of pipes and tubes and remove burrs. B. Remove scale, slag, dirt, and debris from inside and outside of pipes, tubes, and fittings before assembly. C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME 61.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: I. Apply appropriate tape or thread compound to external pipe threads. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. D. Brazed Joints for Copper Tubing: Comply with CDA's "Copper Tube Handbook," "Brazed Joints'chapter. E. Soldered Joints for Copper Tubing: Apply ASTM B 813, water-flushable flux to end of tube. Join copper tube and fittings according to ASTM B 828 or CDA's"Copper Tube Handbook." DOMESTIC WATER PIPING 221116-3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 3.4 TRANSITION FITTING INSTALLATION A. Install transition couplings at joints of dissimilar piping. B. Transition Fittings in Underground Domestic Water Piping: t. Fittings for NPS 1-1/2(DN 40)and Smaller Fitting-type coupling. 2. Fittings for NPS 2 (DN 50) and Larger: Sleeve-type coupling. C. Transition Fittings in Aboveground Domestic Water Piping NPS 2 (DN 50) and Smaller: Plastic- to-metal transition. 3.5 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. When installing piping adjacent to equipment and machines, allow space for service and maintenance. C. Connect domestic water piping to exterior water-service piping. Use transition fitting to join dissimilar piping materials. 3.6 IDENTIFICATION A. Identify system components. Comply with requirements for identification materials and installation in Section 220553"Identification for Plumbing Piping and Equipment." 3.7 FIELD QUALITY CONTROL A. Perform the following tests and inspections: I. Piping Inspections: a. Do not enclose, cover, or put piping into operation until it has been inspected and approved by authorities having jurisdiction. b. During installation, notify authorities having jurisdiction at least one day before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction: 1) Roughing-in Inspection: Arrange for inspection of piping before concealing or closing in after roughing in and before setting fixtures. 2) Final Inspection: Arrange for authorities having jurisdiction to observe tests specified in "Piping Tests" Subparagraph below and to ensure compliance with requirements. c. Reinspection: If authorities having jurisdiction find that piping will not pass tests or inspections, make required corrections and arrange for reinspection. d. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. DOMESTIC WATER PIPING 221116-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 2. Piping Tests: a. Fill domestic water piping. Check components to determine that they are not air bound and that piping is full of water. b. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit a separate report for each test, complete with diagram of portion of piping tested. c. Leave new, altered, extended, or replaced domestic water piping uncovered and unconcealed until it has been tested and approved. Expose work that was covered or concealed before it was tested. d. Cap and subject piping to static water pressure of 50 psig (345 kPa) above operating pressure, without exceeding pressure rating of piping system materials. Isolate test source and allow it to stand for four hours. Leaks and loss in test pressure constitute defects that must be repaired. e. Repair leaks and defects with new materials, and retest piping or portion thereof until satisfactory results are obtained. f. Prepare reports for tests and for corrective action required. B. Domestic water piping will be considered defective if it does not pass tests and inspections. C. Prepare test and inspection reports. 3.8 ADJUSTING A. Perform the following adjustments before operation: I. Close drain valves, hydrants, and hose bibbs. 2. Open shutoff valves to fully open position. 3. Open throttling valves to proper setting. 4. Adjust balancing valves in hot-water-circulation return piping to provide adequate flow. a. Manually adjust ball-type balancing valves in hot-water-circulation return piping to provide hot-water flow in each branch. b. Adjust calibrated balancing valves to flows indicated. 5. Remove plugs used during testing of piping and for temporary sealing of piping during installation. 6. Remove and clean strainer screens. Close drain valves and replace drain plugs. 7. Remove filter cartridges from housings and verify that cartridges are as specified for application where used and are clean and ready for use. 8. Check plumbing specialties and verify proper settings, adjustments, and operation. 3.9 CLEANING A. Clean and disinfect potable domestic water piping as follows: 1. Purge new piping and parts of existing piping that have been altered, extended, or repaired before using. 2. Use purging and disinfecting procedures prescribed by authorities having judsd;ction; if methods are not prescribed, use procedures described in either AWWA C651 or AWWA C652 or follow procedures described below: DOMESTIC WATER PIPING 221116- 5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners a. Flush piping system with clean, potable water until dirty water does not appear at outlets. b. Fill and isolate system according to either of the following: 1) Fill system or part thereof with water/chlorine solution with at least 50 ppm (50 mg/L)of chlorine. Isolate with valves and allow to stand for 24 hours. 2) Fill system or part thereof with water/chlorine solution with at least 200 ppm (200 mg/L) of chlorine. Isolate and allow to stand for three hours. c. Flush system with clean, potable water until no chlorine is in water coming from system after the standing time. d. Repeat procedures if biological examination shows contamination. e. Submit water samples in sterile bottles to authorities having jurisdiction. B. Clean non-potable domestic water piping as follows: 1. Purge new piping and parts of existing piping that have been altered, extended, or repaired before using. 2. Use purging procedures prescribed by authorities having jurisdiction or: if methods are not prescribed, follow procedures described below: a. Flush piping system with clean, potable water until dirty water does not appear at outlets. b. Submit water samples in sterile bottles to authorities having jurisdiction. Repeat procedures if biological examination shows contamination. C. Prepare and submit reports of purging and disinfecting activities. Include copies of water- sample approvals from authorities having jurisdiction. D. Clean interior of domestic water piping system. Remove dirt and debris as work progresses. 3.10 PIPING SCHEDULE A. Transition and special fittings with pressure ratings at least equal to piping rating may be used in applications below unless otherwise indicated. B. Flanges and unions may be used for aboveground piping joints unless otherwise indicated. C. Fitting Option: Extruded-tee connections and brazed joints may be used on aboveground copper tubing. D. Under-building-slab, domestic water piping. NPS 2(DN 50)and smaller, shall be the following: I. Hard copper tube, ASTM B 88, Type k; wrought-copper, solder-joint fittings; and brazed joints. E. Aboveground domestic water piping, NPS 2 (DN 50)and smaller, shall be the following: 1. Hard copper tube, ASTM B 88, Type L; wrought-copper, solder-joint fittings; and soldered joints. DOMESTIC WATER PIPING 221116 -6 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 3.11 VALVE SCHEDULE A. Drawings indicate valve types to be used. Where specific valve types are not indicated, the following requirements apply. t. Shutoff Duty: Use ball or gate valves for piping NIPS 2(C71 SC; and smaller. 2. Drain Duty: Hose-end drain valves. B. Use check valves to maintain correct direction of domestic water flow to and from equipment. A. Materials shall be new, unused, and best of their respective kinds, free from defects in labor quality, complying with latest publications in effect at time of bidding, and according to Construction Documents. END OF SECTION 221116 DOMESTIC WATER PIPING 221116- 7 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners SECTION 221316-SANITARY WASTE AND VENT PIPING 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. This Section includes the following for soil, waste, and vent piping inside the building: I. Pipe, tube, and fittings. 2. Special pipe fittings. 3. Encasement for underground metal piping. B. Related Sections include the following: I. Division 22 Section "Sanitary Sewerage Pumps." 2. Division 22 Section "Chemical Waste-Systems for Laboratory and Healthcare Facilities' for chemical-waste and vent piping systems. 1.3 PERFORMANCE REQUIREMENTS A. Components and installation shall be capable of withstanding the following minimum working pressure, unless otherwise indicated: L Soil, Waste, and Vent Piping: 10-foot head of water. 1.4 SUBMITTALS A. Product Data: For pipe,tube, fittings, and couplings. B. Shop Drawings: I. Design Calculations: Signed and sealed by a qualified professional engineer for selecting seismic restraints. 2. Sovent Drainage System: Include plans, elevations, sections, and details. C. Field quality-control inspection and test reports. 1.5 DUALITY ASSURANCE. A. Piping materials shall bear label, stamp, or other markings of specified testing agency. SANITARY WASTE AND VENT PIPING 221316- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners B. Comply with NSF 14, "Plastics Piping Systems Components and Related Materials," for plastic piping components. Include marking with "NSF-dwv" for plastic drain, waste, and vent piping; "NSF-drain" for plastic drain piping; "NSF-tubular" for plastic continuous waste piping; and "NSF-sewer"for plastic sewer piping. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to. manufacturers specified. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 PIPING MATERIALS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, tube, fitting, and joining materials. 2.3 PVC PIPE AND FITTINGS A. Solid-Wall PVC eipe:ASTM D 2665, drain,waste, and vent. B. Cellular-Core PVC Pipe: ASTM F 891, Schedule 40. C. PVC Socket Fittings: ASTM D 2665, made to ASTM D 3311, drain, waste, and vent patterns and to fit Schedule 40 pipe. D. Adhesive Primer: ASTM F 656. L Adhesive primer shall have a VOC content of 550 giL or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Adhesive primer 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." E. Solvent Cement: ASTM D 2564, I. PVC solvent cement shall have a VOC content of 510 g1L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2 Solvent cement 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." SANITARY WASTE AND VENT PIPING 221316-2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners F. Sleeve Materials: a. For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. b. For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. G. Shielded Nonpressure Pipe Couplings: ASTM C 1450, elastomeric or rubber sleeve with full- length, corrosion-resistant outer shield and corrosion-resistant-metal tension band and tightening mechanism on each end. a. Cascade Waterworks Mfg. Co. b. Mission Rubber Co. H. Rigid, Unshielded, Nonpressure Pipe Couplings: ASTM C 1461, sleeve-type reducing- or transition-type mechanical coupling molded from ASTM C 1440, TPE material with corrosion- resistant-metal tension band and tightening mechanism on each end. I. Manufacturers: a. ANACO. [. Expansion Joints: Two or three-piece, ductile-iron assembly consisting of telescoping sleeve(s) with gaskets and restrained-type, ductile-iron, bell-and-spigot end sections complying with AWWA C110 or AWWA C153. Select and assemble components for expansion indicated. Include AWWA C111,ductile-iron glands, rubber gaskets, and steel bolts. 1. Manufacturers: a. EBAA Iron Sales, Inc. b. Romeo Industries, Inc. c. Star Pipe Products; Star Fittings Div. f. Wall-Penetration Fittings: Compound, ductile-iron coupling fitting with sleeve and flexing sections for up to 20-degree deflection, gaskets, and restrained-joint ends complying with AWWA C110 or AWWA C153. Include AWWA C111, ductile-iron glands, rubber gaskets, and steel bolts. 1. Manufacturers: a. SIGMA Corp. 2.4 EXCAVATION A. Refer to Division 31 Section"Earth Moving"for excavating, trenching, and backfilling. 2.5 PIPING INSTALLATION A. Basic piping installation requirements are specified in Division 22 Section "Common Work Results for Plumbing." SANITARY WASTE AND VENT PIPING 221316-3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners B. Install cleanouts at grade and extend to where building sanitary drains connect to building sanitary sewers. C. Install cleanout fitting with closure plug inside the building in sanitary force-main piping. D. Make changes in direction for soil and waste drainage and vent piping using appropriate branches, bends, and long-sweep bends. Sanitary tees and short-sweep 1/4 bends may be used on vertical stacks if change in direction of flow is from horizontal to vertical. Use long-turn, double Y-branch and 1/8-bend fittings if 2 fixtures are installed back to back or side by side with common drain pipe. Straight tees, elbows, and crosses may be used on vent lines. Do not change direction of flow more than 90 degrees. Use proper size of standard increasers and reducers if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited. E. Lay buried building drainage piping beginning at low point of each system. Install true to grades and alignment indicated, with unbroken continuity of invert. Place hub ends of piping upstream. Install required gaskets according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. Maintain swab in piping and pull past each joint as completed. F. Install soil and waste drainage and vent piping at the following minimum slopes, unless otherwise indicated: I. Building Sanitary Drain: 2 percent downward in direction of flow for piping NPS 2 1/2 and smaller; 1 percent downward in direction of flow for piping NPS 3 and larger. 2. Horizontal Sanitary Drainage Piping: 2 percent downward in direction of flow. 3. Vent Piping: 1 percent down toward vertical fixture vent or toward vent stack. G. Install engineered soil and waste drainage and vent piping systems as follows: 1. Combination Waste and Vent: Comply with standards of authorities having jurisdiction. 2. Reduced-Size Venting: Comply with standards of authorities having jurisdiction. H. Do not enclose, cover, or put piping into operation until it is inspected and approved by authorities having jurisdiction. 2.6 JOINT CONSTRUCTION A. Basic piping joint construction requirements are specified in Division 22 Section "Common Work Results for Plumbing." 2.7 VALVE INSTALLATION A. General valve installation requirements are specified in Division 22 Section "General-Duty Valves for Plumbing Piping." B. Backwater Valves: Install backwater valves in piping subject to sewage backflow. 1. Horizontal Piping: Horizontal backwater valves. Use normally closed type, unless otherwise indicated. SANITARY WASTE AND VENT PIPING 221316-4 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 2. Floor Drains: Drain outlet backwater valves, unless drain has integral backwater valve. 3. Install backwater valves in accessible locations. 4. Backwater valve are specified in Division 22 Section"Sanitary Waste Piping Specialties." 2.8 . CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect soil and waste piping to exterior sanitary sewerage piping. Use transition fitting to join dissimilar piping materials. C. Connect drainage and vent piping to the following: I. Plumbing Fixtures: Connect drainage piping in sizes indicated, but not smaller than required by plumbing code. 2. Plumbing Fixtures and Equipment: Connect atmospheric vent piping in sizes indicated, but not smaller than required by authorities having jurisdiction. 3. Plumbing Specialties: Connect drainage and vent piping in sizes indicated, but not smaller than required by plumbing code. 4. Equipment: Connect drainage piping as indicated. Provide shutoff valve, if indicated, and union for each connection. Use flanges instead of unions for connections NPS 2-1/2 and larger. 2.9 FIELD QUALITY CONTROL A. During installation, notify authorities having jurisdiction at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction. 1. Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in after roughing-in and before setting fixtures. 2. Final Inspection: Arrange for final inspection by authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. B. Reinspection: If authorities having jurisdiction find that piping will not pass test or inspection, make required corrections and arrange for reinspection. C. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. D. Test sanitary drainage and vent piping according to procedures of authorities having jurisdiction or, in absence of published procedures, as follows: 1. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested. 2. Leave uncovered and unconcealed new, altered, extended, or replaced drainage and vent piping until it has been tested and approved. Expose work that was covered or concealed before it was tested. 3. Roughing-in Plumbing Test Procedure. Test drainage and vent piping, except outside leaders, on completion of roughing-in. Close openings in piping system and fill with water to point of overflow, but not less than 10-foot head of water. From 15 minutes before SANITARY WASTE AND VENT PIPING 221316-5 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners inspection starts to completion of inspection, water level must not drop. Inspect joints for leaks. 4. Finished Plumbing Test Procedure: After plumbing fixtures have been set and traps filled with water, test connections and prove they are gastight and watertight. Plug vent-stack openings on roof and building drains where they leave building. Introduce air into piping system equal to pressure of 1-inch wg . Use U-tube or manometer inserted in trap of water closet to measure this pressure. Air pressure must remain constant without introducing additional air throughout period of inspection. Inspect plumbing fixture connections for gas and water leaks. 5 Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained. 6. Prepare reports for tests and required corrective action. E. Test force-main piping according to procedures of authorities having jurisdiction or, in absence of published procedures,as follows: 1. Leave uncovered and unconcealed new, altered, extended, or replaced force-main piping until it has been tested and approved. Expose work that was covered or concealed before it was tested. 3. Cap and subject piping to static-water pressure of 50 psig above operating pressure, without exceeding pressure rating of piping system materials. Isolate test source and allow to stand for four hours. Leaks and loss in test pressure constitute defects that must be repaired. 3. Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained. 4. Prepare reports for tests and required corrective action. 2.10 CLEANING A. Clean interior of piping. Remove dirt and debris as work progresses. B. Protect drains during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work. C. Place plugs in ends of uncompleted piping at end of day and when work stops. END OF SECTION 221316 SANITARY WASTE AND VENT PIPING 221316 -6 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No, 28010.00 Wolfberg Alvarez 8 Partners SECTION 221319- SANITARY WASTE PIPING SPECIALTIES 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. Cleanouts. 2. Trench drains. B. Related Requirements: 1. Section 221423 "Storm Drainage Piping Specialties" for storm drainage piping inside the building, drainage piping specialties, and drains. 1.3 DEFINITIONS A. ABS: Acrylonitrile-butadiene-styrene plastic. B. FRP: Fiberglass-reinforced plastic. C. HDPE: High-density polyethylene plastic. D. PE: Polyethylene plastic. E. PP: Polypropylene plastic. F. PVC. Polyvinyl chloride plastic. 1.4 INFORMATIONAL SUBMITTALS A. Manufacturer Seismic Qualification Certification: Submit certification of accessories, and components will withstand seismic forces defined in Section 220548 "Vibration and Seismic Controls for Plumbing Piping and Equipment."Include the following: I. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 2. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. SANITARY WASTE PIPING SPECIALTIES 221319- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners B. Field quality-control reports. 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For drainage piping specialties to include in emergency, operation, and maintenance manuals. 1.6 QUALITY ASSURANCE A. Drainage piping specialties shall bear label, stamp, or other markings of specified testing agency. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NSF 14, "Plastics Piping Components and Related Materials," for plastic sanitary piping specialty components. 1.7 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Section 033000 "Cast-in-Place Concrete."Section 033053"Miscellaneous Cast-in-Place Concrete." B. Coordinate size and location of roof penetrations. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. PART 2 -PRODUCTS 2.1 CLEANOUTS A. Exposed Metal Cleanouts 1. ASME A112.36.2M, Cast-Iron Cleanouts: a. Manufacturers: Subject to compliance with requirements set forth by the Florida Building Code- Plumbing and all standards and jurisdictions within. 1) Josam Company. 2) MIFAB, Inc. 3) Smith, Jay R. Mfg. Co. 4) Tyler Pipe. SANITARY V/ASTE PIPING SPECIALTIES 221319-2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 5) Watts Drainage Products. 6) Zurn Plumbing Products Group. 2. ASME A112.3.1, Stainless-Steel Cleanouts: a. Manufacturers: Subject to compliance with requirements, set forth by the Florida Building Code-Plumbing and all standards and jurisdictions within. 1) Josam Company. 3. Standard: ASME A112.36.2M for cast iron, ASME A112.3.1 for stainless steel for cleanout test tee. 4. Size: Same as connected drainage piping 5. Closure Plug Size: Same as or not more than one size smaller than cleanout size. 6. Closure: Stainless-steel plug with seal. B. Metal Floor Cleanouts 1. ASME Al 12.36.2M, Cast-Iron Cleanouts: a. Manufacturers: set forth by the Florida Building Code- Plumbing and all standards and jurisdictions within. 1) Josam Company. 2) Oatey. 3) Sioux Chief Manufacturing Co., Inc. 4) Smith, Jay R. Mfg. Co. - 5) Tyfer Pipe. 6) Watts Drainage Products. 7) Zum Plumbing Products Group. 2. ASME Al 12.35.2M, Stainless-Steel Cleanouts: a. Manufacturers: Subject to compliance with requirements, set forth by the Florida Building Code-Plumbing and all standards and jurisdictions within. 1) Josam Company. 2) Kusel Equipment Co. 3) Smith, Jay R. Mfg. Co. C. Cast-Iron Wall Cleanouts I, Manufacturers: set forth by the Florida Building Code- Plumbing and all standards and jurisdictions within. a. Josam Company. b. MIFAB, Inc. c. Smith, Jay R. Mfg. Co. d. Tyler Pipe e. Watts Drainage Products. f. Zurn Plumbing Products Group 2. Standard: ASME A112.36.2M. Include wall access. SANITARY WASTE PIPING SPECIALTIES 221319-3 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 3. Size: Same as connected drainage piping. 4. Closure Plug Size: Same as or not more than one size smaller than cleanout size. 5. Wall Access: Round, cover plate with screw. 2_2 TRENCH DRAINS A. Trench Drains: Manufacturers: Subject to compliance with requirements, 2. Basis-of-Design Product: Subject to compliance with requirements, provide ZURN Z884 4-3'4 Wide reveal trench drain system or comparable product by one of the following: a. Zurn Plumbing Products 3. Standard: ASME Al12.6.3 for trench drains. 4. Material: 0% water absorbent Polypropylene. 5. Flange: Anchor. 6. Clamping Device: Required. 7. Outlet: 3"No-Hub Bottom Outlet 8. Grate Material: Heel-Proof Polyethylene Grate-Class A. 9. Grate Finish: P4HPP standard finish 10. Dimensions of Frame and Grate: Channels shall be 40 [1016] long, 4-3:4 [121] wide reveal and have a 3-1/4 [83] throat. Modular charnel sections shall be made of 0% water absorbent Polypropylene. Shall have a positive mechanical connection between channel sections that will not separate during the installation and shall mechanically lock into the concrete surround a minimum of every 10 [254]. Channels shall weigh less than 2 Ibs.[.9kg] per linear foot,have a smooth, 1.634 [41:5] radiused self-cleaning bottom with a Manning's coefficient of.009 neutral 0% built in slope. Channels shall have rebar clips standard to secure trench in its final location. Shall be provided with standard HPP grates that lock down with lockdown bars to the channel and is not intended for dynamic traffic loadings. Zum 4-I/S [105] wide reveal Longitudinal Heel proof Polypropylene Grate is rated class A per the DIN EN1433 top load classifications.Top Loading Classification. PART 3- EXECUTION 3.1 INSTALLATION A. Equipment Mounting: 1. Install on cast-in-place concrete equipment base(s). Comply with requirements for equipment bases and foundations specified in Section 033000 "Cast-in-Place Concrete."Section 033053"Miscellaneous Cast-in-Place Concrete" 2. Comply with requirements for vibration isolation devices specified in Section 220548.13 "Vibration Controls for Plumbing Piping and Equipment," B. Install cleanouts in aboveground piping and building drain piping according to the following, unless otherwise indicated: SANITARY WASTE PIPING SPECIALTIES 221319-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners I. Size same as drainage piping up to NPS 4 (DN 100). Use NPS 4 (DN 100) for larger drainage piping unless larger cleanout is indicated. 2. Locate at each change in direction of piping greater than 45 degrees. 3. Locate at minimum intervals of 100 feet for piping NPS 4 (ON 100) and smaller and 100 feet for larger piping. 4. Locate at base of each vertical soil and waste stack. C. For floor cleanouts for piping below floors, install cleanout deck plates with top flush with finished floor. D. For cleanouts located in concealed piping, install cleanout wall access covers, of types indicated,with frame and cover flush with finished wall. E. Install floor drains at low points of surface areas to be drained. Set grates of drains flush with finished floor, unless otherwise indicated. I. Position floor drains for easy access and maintenance. 2. Set floor drains below elevation of surrounding finished floor to allow floor drainage. Set with grates depressed according to the following drainage area radii: a. Radius, 30 Inches (750 mm) or Less: Equivalent to 1 percent slope, but not less than 1/4-inch (6.35-mm)total depression. b. Radius, 30 to 60 Inches (750 to 1500 mm): Equivalent to 1 percent slope. c. Radius, 60 Inches (1500 mm) or Larger: Equivalent to 1 percent slope, but not greater than 1-inch (25-mm)total depression. 3. Install floor-drain flashing collar or flange so no leakage occurs between drain and adjoining flooring. Maintain integrity of waterproof membranes where penetrated. 4. Install individual traps for.floor drains connected to sanitary building drain, unless otherwise indicated. F. Install trench drains at low points of surface areas to be drained. Set grates of drains flush with finished surface,unless otherwise indicated. G. Assemble FRP channel drainage system components according to manufacturer's written instructions. Install on support devices so that top will be flush with adjacent surface. H. Assemble plastic channel drainage system components according to manufacturer's written instructions. Install on support devices so that top will be flush with adjacent surface. L Install through-penetration firestop assemblies in plastic at floor penetrations. J. Assemble open drain fittings and install with top of above floor. K. Install deep-seal traps on floor drains and other waste outlets, if indicated. L. Install traps on plumbing specialty drain outlets. Omit traps on indirect wastes unless trap is indicated. 3.2 CONNECTIONS A. Comply with requirements in Section 221316 "Sanitary Waste and Vent Piping" for piping SANITARY WASTE PIPING SPECIALTIES 221319- 5 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners installation requirements. Drawings indicate general arrangement of piping, fittings, and specialties. B. Install piping adjacent to equipment to allow service and maintenance. C. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems." D. Connect wiring according to Section 260519 tow-Voltage Electrical Power Conductors and Cables." 3.3 FIELD QUALITY CONTROL A. Perform tests and inspections and prepare test reports. B. Tests and Inspections: 1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 3.4 PROTECTION A. Protect drains during remainder of construction period to avoid clogging with dirt or debris and to prevent damage from traffic or construction work. B. Place plugs in ends of uncompleted piping at end of each day or when work stops. 3.5 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and devices. Refer to Section 017900"Demonstration and Training." END OF SECTION 221319 SANITARY WASTE PIPING SPECIALTIES 221319 -6 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners SECTION 221413 - FACILITY STORM DRAINAGE PIPING 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: I. Pipe, tube, and fittings. 2. Specialty pipe fittings. 3. Encasement for underground metal piping. B. Related Sections: t. Section 334100 "Storm Utility Drainage Piping" for storm drainage piping outside the building. 1.3 PERFORMANCE REQUIREMENTS A. Components and installation shall be capable of withstanding the following minimum working pressure unless otherwise indicated: I. Storm Drainage Piping: 10-foot head of water(30 kPa). B. Seismic Performance: Storm drainage piping and support and installation shall withstand the effects of earthquake motions determined according to ASCE/SEI 7 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1.5 INFORMATIONAL SUBMITTALS A. Field quality-control reports. 1.6 QUALITY ASSURANCE A. Piping materials shall bear label, stamp, or other markings of specified testing agency. FACILITY STORM DRAINAGE PIPING 221413 - 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners B. Comply with NSF/ANSI 14, "Plastics Piping System Components and Related Materials." for plastic piping components. Include marking with "NSF-drain"for plastic drain piping and "NSF- sewer"for plastic sewer piping. 1.7 PROJECT CONDITIONS A. Interruption of Existing Storm-Drainage Service: Do not interrupt service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: 1. Notify Architect, Construction Manager, Owner no fewer than two days in advance of proposed interruption of storm-drainage service. 2. Do not proceed with interruption of storm-drainage service without Architect, Construction Manager, Owner written permission. PART 2-PRODUCTS 2.1 PIPING MATERIALS A. Comply vifi requirements in "Piping Schedule" Article for applications of pipe, tube, fitting materials,and joining methods for specific services,service locations,and pipe sizes. 2.2 PVC PIPE AND FITTINGS A. Solid-Wall.PVC Pipe: ASTM D 2665, drain,waste, and vent. B. Cellular-Core PVC Pipe: ASTM F 891, Schedule 40. C. PVC Socket Fittings: ASTM D 2665, made to ASTM D 3311, drain, waste, and vent patterns and to fit Schedule 40 pipe. D. Adhesive Primer: ASTM F 656. I. Adhesive primer shall have a VOC content of 550 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Adhesive primer 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." E. Solvent Cement: ASTM D 2564. I. PVC solvent cement shall have a VOC content of 510 g/L or less when calculated according to 40 CFR 59, Subpart D(EPA Method 24). 2. Solvent cement 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." FACILITY STORM DRAINAGE PIPING 221413- 2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners PART 3 - EXECUTION 3.1 EARTH MOVING A. Comply with requirements for excavating, trenching, and backfilling specified in Section 312000 "Earth Moving." 3.2 PIPING INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations from layout are approved on coordination drawings. B. Install piping in concealed locations unless otherwise indicated and except in equipment rooms and service areas. C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. E. Install piping to permit valve servicing. F. Install piping at indicated slopes. G. Install piping free of sags and bends. H. Install fittings for changes in direction and branch connections. 1. Install piping to allow application of insulation. J. Install seismic restraints on piping. Comply with requirements for seismic-restraint devices specified in Section 220548 "Vibration and Seismic Controls for Plumbing Piping and Equipment.' K. Pdake changes in direction for storm drainage piping using appropriate branches, bends, and long-sweep bends. Do not change direction of flow more than 90 degrees. Use proper size of standard increasers and reducers if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited. L. Lay buried building storm drainage piping beginning at low point of each system. Install true to grades and alignment indicated, with unbroken continuity of invert: Place hub ends of piping upstream. Install required gaskets according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. Maintain swab in piping and pull past each joint as completed. NI. Install storm drainage piping at the following minimum slopes unless otherwise indicated: FACILITY STORM DRAINAGE PIPING 221413-3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners t. Building Storm Drain to slope as per Florida Building Code- Plumbing Table1106.2(1) & 1106.3 2. Install encasement on underground piping according to ASTM A 674 or AWWA C105. N. Install steel piping according to applicable plumbing code. O. Install aboveground PVC piping according to ASTM D 2665. P. Install underground piping according to ASTM D 2321. p. Install engineered siphonic drain specialties and storm drainage piping in locations indicated. R. Plumbing Specialties: 1. Install backwater valves in storm drainage gravity-flow piping. Comply with requirements for backwater valves specified in Section 221423"Storm Drainage Piping Specialties" 2. Install cleanouts at grade and extend to where building storm drains connect to building storm sewers in storm drainage gravity-flow piping. Install cleanout fitting with closure plug inside the building in storm drainage force-main piping. Comply with requirements for cleanouts specified in Section 221423"Storm Drainage Piping Specialties." 3. Install drains in storm drainage gravity-flow piping. Comply with requirements for drains specified in Section 221423 "Storm Drainage Piping Specialties." S. Do not enclose, cover, or put piping into operation until it is inspected and approved by authorities having jurisdiction. T. Insall sleeves for piping penetrations of walls, ceilings, and floors. Comply with requirements for sleeves specified in Section 220517"Sleeves and Sleeve Seals for Plumbing Piping." U. Install sleeve seals for piping penetrations of concrete walls and slabs. Comply with requirements for sleeve seals specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping." V. Install escutcheons for piping penetrations of walls, ceilings, and floors. Comply with requirements for escutcheons specified in Section 220518 "Escutcheons for Plumbing Piping." 3.3 JOINT CONSTRUCTION A. Plastic, Nonpressure-Piping, Solvent-Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: L Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent cements. 2. PVC Piping: Join according to ASTM D 2855 and ASTM D 2665 Appendixes. 3.4 IDENTIFICATION A. Identify exposed storm drainage piping. Comply with requirements for identification specified in Section 220553"Identification for Plumbing Piping and Equipment." FACILITY STORM DRAINAGE PIPING 221413- 4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 3.5 FIELD QUALITY CONTROL A. During installation, notify authorities having jurisdiction at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction. I. Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in after roughing-in. 2. Final Inspection: Arrange for final inspection by authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. B. Reinspection: If authorities having jurisdiction find that piping will not pass test or inspection, make required corrections and arrange for reinspection. C. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. D. Test storm drainage piping according to procedures of authorities having jurisdiction or, in absence of published procedures, as follows: L Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested. 2. Leave uncovered and unconcealed new, altered, extended, or replaced storm drainage piping until it has been tested and approved. Expose work that was covered or concealed before it was tested. 3. Test Procedure: Test storm drainage piping[, except outside leaders,] on completion of roughing-in. Close openings in piping system and fill with water to point of overflow, but not less than 10-foot head of water (30 kPa). From 15 minutes before inspection starts until completion of inspection, water level must not drop. Inspect joints for leaks. 4. Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained. 5. Prepare reports for tests and required corrective action. 3.6 CLEANING A. Clean interior of piping. Remove dirt and debris as work progresses. B. Protect drains during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work. C. Place plugs in ends of uncompleted piping at end of day and when work stops. 3.7 PIPING SCHEDULE A. Flanges and unions may be used on aboveground pressure piping unless otherwise indicated. B. Underground storm drainage piping shall be any of the following: t. PVC pipe, PVC socket fittings, and solvent-cemented joints. END OF SECTION 221413 FACILITY STORM DRAINAGE PIPING 221413-5 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners SECTION 260500 -COMMON WORK RESULTS FOR ELECTRICAL 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 and all other Sections of Division 26. 1.2 SUMMARY A. Section Includes: 1. Electrical Contractor scope and responsibilities. 2. Electrical equipment coordination and installation. 3. Common electrical installation requirements. 1.3 DEFINITIONS A. "Authority Having Jurisdiction (AHJ)" is defined in the National Electrical Code as"An organization, office Cr individual responsible for enforcing the requirements of a code or standard, or for approving equipment, materials, an installation, or a procedure'. B. "Bidder": Electrical Contractor prior to contract award for Division 26 scope of work. C. "Code": National, State and Local Regulatory Building and Electrical codes and standards as applicable, including OSHA requirements and mandatory Energy codes. As used on this specification, "code" also includes all AHJ requirements and interpretations. D. "Concealed, Exterior Installations": Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. E. "Concealed, Interior Installations": Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and in chases. F. "Contractor", as used herein, refers to the Electrical Contractor(including his subcontractors and his electrical/etc. equipment manufacturers and suppliers who provide his equipment), who has responsibility to furnish and install the°Scope of Work", as described herein and per the Contract Documents. G. "Division 26" or Section 26, as used herein, refers to the electrical portion of the project division of work (also referred to as the Electrical Division). Included are all Electrical Division 26 Drawings and Electrical Division 26 Specifications(26 xx xx). H. "Documents" or"Contract Documents", as used herein, refer to the project contract drawings, specifications,and general conditions and requirements that compose the"Scope of Work". L 'Drawings" or"Contract Drawings", as used herein. refer to the project contract drawings. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners J. "Electrical Cuctbank': Assembly consisting of multiple electrical conduits embedded in earth or concrete, K. 'Exposed, Exterior Installations": Exposed to view outdoors and subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations. L. "Exposed, Interior Installations": Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms. M. `Finished Spaces': Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe chases, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaces, and tunnels. N. 'Home Run':The portion of a branch circuit between the serving panelboard and the first electrical outlet, lighting fixture, or other electrical load connected to the circuit or, a feeder or dedicated circuit between the serving source or panel and the utilization electrical load. 0. "High voltage": 35,001 volts and greater P. "Low voltage': Less than or equal to 600 volts; "signal voltage"is a special case of'low voltage' systems, and, as such, is defined separately, and is identified and addressed independently from "low voltage" electrcal light and power systems as considered in the context of this specification. Q. "Medium voltage": 601 to 35,000 volts. R. "Owner", as used herein, refers to the property owner, proprietor, administrator or agent as defined in the project contractual agreements. S. "Provide": Furnish, install,wire, and test ready for service. T. "Scope of Work": Defined as all material supply and installations and other labor and appurtenant requirements necessary to complete the electrical installation per the Contract Documents. U. "Signal voltage": NEC class 1, 2, or 3 remote control, signaling, or power limited circuits which operate at limited voltage andior power levels. "Signal voltage" is typically applied to voltage characteristics of security, access control, sound, intercom, computer, low voltage lighting control and dimming and similar power limited systems and circuits. V. "Specifications" or`Contract Specifications", as used herein, refer to the project contract specifications. 1.4 GENERAL A. All work shall be executed in complete conformance with"Code"as defined herein and with Division 1 General Requirements specification, in addition to Division 26 Electrical Specification. See 1.7 herein. B. Drawings and Specifications form complementary requirements; provide work specified and not shown, and work shown and not specified as though explicitly required by both. Although work may not be specifically shown or specified, provide supplementary or miscellaneous items, appurtenances, devices and materials where necessary for a sound, secure and COMMON WORK RESULTS FOR ELECTRICAL 260500- 2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners complete installation. Should there exist a situation where the Drawings and Specifications conflict, the most conservative document shall govern. C. It is the intent that these Specifications and associated Drawings establish minimum requirements for products and equipment with the intent to provide electrical service, distribution and systems finished, tested and ready for operation. Incidental detail that is not shown cr specified, but necessary for proper installation and operation shall be included in the work and in these Contractor's estimates, the same as if specified. Locations of all equipment and material shall be adjusted at no extra cost to the Owner, to accommodate the work interferences anticipated and/or encountered. Prior to installation, determine the exact route and location of each raceway and piece of equipment to minimize conflicts with other trades. D. Information and components shown on riser diagrams but not shown on plans, and vice versa, shall be provided as if expressly required on both. E. It is the requirement of the Contract Documents that the Contractor shall provide systems and components that are fully complete, operational and suitable for the intended use. All material and all work which may be reasonably implied as being incidental to the work of this Section or other applicable sections shall be furnished at no extra cost. There may be situations in the documents where insufficient information exists to precisely describe a certain component or subsystem, or the routing or placement of a component or its coordination with other building elements. In cases such as this, the Contractor shall include in their bid the specific components or subsystems with all parts necessary for the intended use,fully complete and operational, and installed in workmanlike manner either concealed or exposed per the design intent. 1.5 SCOPE OF DIVISION 26 WORK A. Scope of Division 26 work shall include furnishing all labor, supervision, materials, equipment, incidentals, and testing required to make ready for use complete functional electrical systems as shown on the Drawings and specified herein. B. It is intended that Contractor coordinate with the Electric Utility Company, to the extent necessary and as intended by the Contract Documents, so that an appropriate, complete and reliable electrical service or supply is provided for this project. C. The Contractor shall be responsible for costs from Electric Utility Company that are assessed the Owner for the installation of the permanent electric service. It is the responsibility of the Contractor to obtain those costs from the Utility Company and include them in Contractor's own bid. Unless otherwise indicated or negotiated, Contractor shall include in his project scope and bear responsibility for coordination and completion of all requisite work as required by Utility including the following: 1. Project service transformer pad, vault, and/or work to enable/facilitate Utility interface or "point-of-tie-in" interface. Include supply of service transformer and/or installation where so directed by Utility and/or Contract documents. 2. Determination and implementation of Utility requirements, standards,codes, regulations, and locations of major equipment, including project service transformer(s). 3. Empty conduit with pull wire or conduit sleeves between project service transformer(s) and Utility primary voltage point-of-tie-in, as per Utility. Include primary wiring where so directed. 4. Utility requirements for metering and installation. COMMON WORK RESULTS FOR ELECTRICAL 260500 -3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez 8, Partners 5. Complete conduit and wiring and termination of secondary voltage conductors between the project service transformer(s)and the project service entrance or otherwise indicated equipment. 6. Concrete encasement of primary conductors when required by Utility and/or called for on the Contract Drawings. 7. Concrete encasement of project service transformer(s)secondary,where required and/or called for on the Contract Drawings. 8. Utility required clearances, grounding, signage, and all miscellaneous appurtenances, including fencing if required. D. Complete coordination with the Electric Utility Company. Contractor shall complete applicable Utility forms and comply with and respond to Utility requests for information. Such are as related to, but not limited to, sizes and types of new electrical loads, existing loads to remain, existing loads to be deleted, anticipated load diversity/demand, generators, and size, rating and characteristics of Owner's new and existing electrical equipment, etc., to the extent required by the Utility Company. Intent is that Utility Company will, from such coordination with Contractor, be able to finalize Utility's incoming electrical service ratings and details, service transformer(s) ratings and details, and proper interconnection with Owner's equipment. E. Unless specified otherwise, complete, functional, fully installed, interconnected and tested systems for infrastructure system power, building power, equipment power, etc., control, monitoring. lighting, lighting control, grounding, lightning protection, electrical heat tracing of piping, etc., as indicated or required for all project equipment and systems, are included in Division 26 scope. F. Include nominal 110-120 volt or greater power service, power supply, power wiring and appropriate conduit or raceway for all equipment and devices utilizing or requiring such power including power for heating, ventilating, air conditioning (HVAC), mechanical and/or plumbing equipment and appurtenances furnished under the other Divisions of these Specifications. Include power wiring for all air handlers,fans, condensing units, Plus, terminal units, fan coil units, variable air volume units (VAVs), dampers, louvers, motorized operators, valves, elevators, motorized doors, and any and all other similar building process equipment covered by the Division 23 or other Divisions Drawings and/or Specifications. Provide power wiring and conduit from power source to equipment physical locations and provide wiring terminations as required. Unless noted otherwise, excluded from Division 26 responsibility are conduit and wiring for Division 23 furnished or other similar"HVAC Controls', "Building Management Systems (BMS)", ""Direct Digital Control (DDC) Systems", and'Sequence of Operations" controls and similar systems that require/operate at only"signal voltage level" (48 volts or less) and that do not require 110-120 volt or greater power service. See applicable Sections of Division 23 or other Divisions for reference. G. Include conduit, wire, field connections, and installation for all motors, motor controllers, variable frequency drives (VFDs), control devices, control panels, and"packaged equipment furnished under Division 26 or other Divisions of these Specifications are included in Division 26 scope. H. Include electrical power utility, conduit,wiring, and wiring termination for all special equipment furnished under Division 26 or other Divisions. Included in Division 26 scope are electrical supply to manufacturing equipment, kitchen appliances, laboratory equipment, shop machines, pre-fab furniture, millwork, laundry appliances,architectural appurtenances,dewatering, rain harvesting, energy harvesting/reducing systems, pumps, site utilities, grounds maintenance equipment, and similar equipment. Unless noted otherwise, a complete conduit-raceway and/or cable tray/trough system including wiring for nominal 110-120 volt or greater"service" or"supply'power for all electronic/technology and similar system devices and units requiring such supply power from COMMON WORK RESULTS FOR ELECTRICAL 260500-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners the building infrastructure. Such electronic/technology systems will be furnished under separate Divisions of the Specifications, unless noted otherwise. Coordinate requirements with the electronic/technology system(s)Supplier(s). J. Unless noted otherwise, a complete empty conduit-raceway and/or cable tray/trough system for power-limited/low-voltage power(12V, 24V,48V, etc.), control, signaling, data highways, fiber- optic systems, etc., as required for all electronic/technology and similar systems and devices, shall be furnished and installed by Division 26. Include all raceways, rough-ins, back boxes, supports, cabinets, etc. The supply, installation, and termination of such systems and devices and their required wiring shall be under separate Divisions of Specifications, unless noted otherwise. Review the raceway layout with Supplier and the cable manufacturer, prior to installation, to insure raceway compatibility with the systems and materials being furnished. Install pull cords in all empty conduits. K. Include a complete conduit raceway system for all special and/or system cables furnished by electronic alarm, signaling, data, and similar system Suppliers. Review the raceway layout with Supplier and the cable manufacturer, prior to installation, to insure raceway compatibility with the systems and materials being furnished. L. Contractor shall review the submittal/shop drawings for all electrically operated and/or electrically connected equipment being furnished under all other Divisions of the Specifications for this project. Unless specified otherwise, Contractor shall provide raceway, wire and interconnection for all materials, devices, components, systems and packages requiring'field wiring', to the extent clarified in the paragraphs herein. Where applicable, Contractor shall make electrical interconnections per manufacturer's requirements. This includes, but is not limited to, devices/components that are parts of'packages' but which are shipped separately and require field interconnection. Also, Contractor shall identify terminals and prepare drawings or wiring tables to extent necessary to enable interconnections. M. Where applicable,the Contractor or his authorized representative shall, before preparing his proposal, visit all areas of the existing site, buildings, and structures in which work under this Section is to be performed and inspect carefully the present installation. The submission of the proposal by this Contractor shall be considered evidence that he or his representative has visited the buildings and noted the locations and conditions under which the work will be performed and that he takes full responsibility for a complete knowledge of all factors governing his work. N. The work shall include complete testing of all equipment and wiring at the completion of work and making any minor corrections, changes,or adjustments necessary for the proper functioning of the system and equipment. All workmanship shall be of the highest quality; substandard work will be rejected. O. Where applicable, identify and verify field conditions of all existing underground structures and utilities, including electrical, mechanical, and civil piping. P. Where applicable, provide all electrical work associated with the relocation of equipment for existing and new facilities; including disconnection of all existing wiring and conduits and provision of new wiring from the point of electrical supply and conduit to the relocated equipment. Q. Excavation and backfilling, including gravel or sand bedding for underground electrical work is included in Division 26. COMMON WORK RESULTS FOR ELECTRICAL 260500 -5 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez 8 Partners R. Concrete work, including manholes, handholes, vaults and concrete electrical duct and conduit encasement and electrical equipment and light pole foundations and pads, is included in Division 26. S. Contractor shall provide all work for duct banks and underground conduits, including but not limited to excavation, concrete, conduit, reinforcement, backfilling, grading, and disturbed area seeding. Also include all materials and labor required for pipe and conduit jacking, tunneling and boring for underground cable conveyance. trenchless excavation, etc., where required. All work shall be in accordance with Divisions 2 and 3 in addition to Division 26 of these Specifications. T. Provide complete coordination with other contractors. Division 26 Contractor shall coordinate with other contractors regarding each-others equipment and equipment submittals and shall obtain ail relevant submittals and incorporate/accommodate all resulting variances into the design and installation. U. Where applicable, include complete electrical heat tracing system for all piping which is indicated as electrically traced on the project Piping and Instrumentation Diagrams and/or project Mechanical Drawings/Specifications. Contractor shall employ the services of an approved heat-tracing product manufacturer to provide detailed system design, using a certified manufacturer developed electronic based program. System shall protect piping and appurtenances against freezing, or shall maintain temperatures, as required. System shall include code-compliant, environmentally suitable and properly sized self-regulating heat tracing cables, and all related requisite power source and control equipment, panels, transformers, circuitry, contactors, controls, etc. necessary for a complete and functional heat tracing system. Installation and testing shall be by Contractor. V. Interface with the services provided by the Telephone, Data, and other Systems Utility Corr.panies/Service Providers. Unless indicated otherwise,furnish and install 4 foot x 8 foot x 3/4 inch painted(fire retardant paint)plywood backboard at designated location within the site and two 4-inch underground non-metallic condLits with pull-wire between the backboard and each point of interface as required. Run two separate 4-inch conduits for each service. W. Provide complete electrical apparatus and system testing and commissioning. Complete documentation of all testing, testing apparatus and test results. Correct deficient conditions until tests are passed. X. Include electrical Demolition, to the extent required and/or indicated per the Contract Documents. Y. Unless indicated otherwise, Contractor shall provide electrical system studies utilizing approved computer software developed by a recognized third party specifically for such purpose. Include, to the extent indicated, load flow, short circuit analysis, protective devices time-current coordination, arc-flash, volt drops, motor starting and similar studies. In addition where indicated, provide lighting calculations based on fixture suppliers photometric data. Other studies (generator loading, starting and steady-state; energy conservation; green initiatives, etc.), where required and indicated. 1.6 INTERPRETATION OF CONTRACT DOCUMENTS A. Drawings are intended to outline the scope of work required and are not intended to be installation drawings. Drawings are not intended to be absolutely precise; they are not intended to specify or to show every offset, fitting, and component nor do they show the exact routings. The purpose of the Drawings is to indicate a systems concept, the main components of the COMMON WORK RESULTS FOR ELECTRICAL 260500-6 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners systems, and the approximate geometrical relationships. Based on the systems concept, the main components, and the approximate geometrical relationships, the Contractor shall provide all other components and materials necessary to make the systems fully complete and operational. The Drawings do not show the exact routings and locations needed to coordinate with structure and other trades and to meet Architectural requirements. B. The Drawings are not intended to show exact locations of equipment or conduit runs. The locations of equipment, fixtures, outlets, and similar devices shown on the Drawings are approximate only. Exact locations shall be as determined in field by Contractor, during construction, after coordination with the Owner and/or his designated representative and approval by the Engineer. Obtain in the field all information relevant to the placing of electrical work, and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. C. Unless specifically stated to the contrary, no measurement of an electrical drawing derived by scaling shall be used as a dimension to work by. Dimensions noted on the electrical drawings are subject to measurements of adjacent and previously completed work. Measurements shall be performed prior to the actual installation of equipment. D. Where installation of new, active, conduit runs are called for or indicated in the Contract Documents, in locations which will become"inaccessible"after installation is complete, (such as underground, or in concrete encasement, or in concrete slabs, or similar application), Contractor shall furnish and install spare conduits of similar type and size,for the entire"inaccessible'part of such conduit runs. The quantity of additional spare conduits shall be such that the number of additional spare conduits shall be equivalent to 20%or more of the active conduits. Such spare conduits will generally not appear on the Drawings, but shall be included. E. Dimensions indicated on the Drawings related to electrical equipment locations and/or clearances(relative to walls, column lines, other equipment, etc.)are generally minimum clear dimensions to be maintained as per Code, Al-U, project and/or operafing requirements. Such dimensions shall be maintained or exceeded, but not reduced, regardless of actual equipment sizes, which will only be determined after approval of project specific manufacturer's drawings. Concrete pads, vaults, structures, etc., for electrical equipment, where dimensioned on the Drawings, are estimated dimensions based on typical catalog sizes of electrical equipment on which the design is based. Such dimensions shall be adjusted by Contractor if/as necessary based upon project specific approved manufacturer's drawings. F. Conduit and wiring between electrical"field" utilization equipment, loads, motors, instrumentation, etc., and their respective "source" switchgear, motor control center, panelboard, PLC, termination cabinet, etc., are generally shown on the Drawings as "homeruns". Similarly, conduit and wiring between panels may be shown as "homeruns". Contractor's scope, under this Section, shall include determination of the most suitable physical routing of such "homeruns", considering Owner preferences, building layouts, existing conditions, aesthetics, future accessibility, ease of installation, interferences, etc. Where multiple"homeruns"of instrumentation"digital control(1/0, on/off, open/closed, etc.)"or modulating"analog control(4-20 mA DC)"or similar wiring run from the same"field' location or from the same panel to the same"source" location, Contractor may combine multiple wiring conduits into larger(common)conduits so as to provide an economical and practical installation. However, "digital" and"analog" or similar"category" of wiring shall each be kept segregated and not share the same(common)conduits with any other wiring "categories'. Also, Contractor shall not combine power wiring into larger(common) conduits except in limited situations as specifically allowed by the Contract Documents. G. Electrical loads(KVA, KW, Horsepower, Amperes, etc.)and wiring requirements indicated on the electrical Drawings are estimates representative of the"basis of design" standard electrical, COMMON WORK RESULTS FOR ELECTRICAL 260500-7 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners mechanical and building equipment. Electrical equipment ratings, bus ratings, circuit wire sizes, circuit wire quant0ies. conduit sizes, conduit quantities and overcurrent protection device ratings indicated on the Drawings are based on such equipment. Contractor is advised that prior to installation he must compare indicated electrical equipment ratings, wire sizes and quantities, conduit sizes and quantities and overcurrent protective device ratings versus approved shop drawings of actual equipment being furnished. Contractor shall provide electrical materials conforming to the requirements of the actual equipment being furnished, reflecting increased ratings, wire sizes and quantities, conduit sizes and quantities and overcurrent protective device ratings where required. Overcurrent protective device ratings shall be decreased if required to match actual equipment requirements and/or manufacturer's recommendation. Other electrical ratings, wire sizes and quantities and conduit sizes and quantities shall not be decreased to less than that indicated on the electrical Drawings. H. Equipment short circuit interrupting, fault, and/or withstand ratings are indicated on the Drawings and/or Specifications. These ratings equal or exceed design Engineer's determination of approximate short circuit levels based on standard data available at the time of design. Such determinations may reflect'worse condition" situations and allow for unknown/unavailable/unreliable data at time of design. Such data typically includes Utility Company available fault levels, service transformer ratings, type, location, etc. Also note that Engineer's design may indicate equipment with higher ratings than required by specific application, in cases where there is a desire for standardization of equipment throughout the project. Contractor shall furnish equipment meeting such indicated minimum ratings. In cases where short circuit studies completed subsequent to system design indicate that higher ratings are appropriate, such situation shall be submitted to Engineer for resolution. Prior to installation of visible material and equipment (including access panels) in finished spaces, review Architectural Drawings for desired locations and where nct definitely indicated. request information from Architect. J. Check Contract Documents, as well as Submittals and Shop Drawings, of all subcontractors, so as to verify and coordinate spaces in which work of other trades will be installed. K. Make reasonable modifications in layout and components needed to prevent conflict with work of other trades. Systems shall be run parallel with or perpendicular to major architectural and structural building elements. L. Where conflicts or potential conflicts exist and engineering guidance is desired, submit sketch of proposed resolution to Architect and/or Engineer for review and approval. M. Minimum wire sizes shall be as indicated, except that Contractor shall increase wiring sizes for feeders and branch circuits,to limit voltage drop to 2 percent and 3 percent respectively, where necessary based on circuit lengths. 1.7 CODES/STANDARDS A. All electric equipment, materials, and installation shall be in accordance with the National Electrical Code(NEC)and with the latest edition, adopted by the Authorities Having Jurisdiction, of all codes and standards of the following organizations: 1. National Fire Protection Association (NFPA), including(but not limited to): a. National Electrical Code(NEC), NFPA 70 b. National Fire Alarm Code, NFPA 72 c. Life Safety Code, NFPA 101 COMMON WORK RESULTS FOR ELECTRICAL 260500-8 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez 8 Partners d. Emergency and Standby Power Systems, NFPA 110 2 American National Standards Institute(ANSI), including (but not limited to): a. National Electrical Safety Code, ANSI C2 3. Occupational Safety and Health Act(OSHA) 4. Federal Communication Commission(FCC) 5. National Electrical Manufacturers Association (NEMA) 6. Insulated Cable Engineers Association (ICEA) 7. Institute of Electrical and Electronics Engineers(IEEE) 8. National Electrical Testing Association (META) 9. American Society of Testing and Materials(ASTM) 10. Illumination Engineering Society of North America(IESNA) 11, Anti-Friction Bearing Manufacturers Association (AFBMA) 12. Building Officials and Code Administrators International, Inc. (BOCA) 13. International Code Council (ICC): a. International Building Code (IBC) 14. Uniform Building Code (UBC) 15. International Conference of Building Officials (ICBG) 16. International Energy Conservation Code(IECC), endorsed by the U.S. Department of Energy(DOE) 17. Combined ANSI/ASHRAE/IESNA Standard 90/1 —'Energy Standard for Buildings Except Low-Rise Residential Buildings' 18. National Electrical Contractors Association Installation Standards (NECA) 19. Americans with Disabilities Act(ADA) 20. All applicable state and local codes, amendments, regulations, and practices. 21. All applicable regulatory requirements and advisory practices of appropriate Authorities Having Jurisdiction (AHJs). 22, All applicable standards, regulations, and practices of the Owner. 23. Codes applicable to Florida only, including: a. Florida Energy Efficiency Code b. Florida Fire Marshal Code B. Where codes and/or standards conflict, the most conservative document shall govern. 1.8 COORDINATION A. Coordinate arrangement, mounting, and support of equipment and raceways: 1. To maintain maximum headroom; all piping. duct, conduit and associated components to be as tight as possible to underside of structure to provide for ease of disconnecting the equipment with minimum interference to other installations. 2. To allow right of way for piping installed at required slope. 3. To allow connecting raceways, cables, wireways, cable trays, and busways to be clear of obstructions and of the working and access space of other equipment. B. Coordinate installation of required supporting devices and set sleeves in cast-in-place concrete, masonry walls, and other structural components as they are constructed. COMMON WORK RESULTS FOR ELECTRICAL 260500- Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez 8 Partners C. Coordinate location of access panels and doors for electrical items that are behind finished surfaces or otherwise concealed. Access doors and panels are specified herein. 1.9 RECORD DOCUMENTS A. Record Drawings are specified in Division 01 Section "Project Record Documents." B. The Contractor shall keep a detailed up-to-date record, of the manner and location in which installations are actually made, indexing each feeder, pull box and protective device. Record documents are to reflect all changes in work including change orders, field directives, addenda from bid set of Contract Documents, request far information responses, etc. Upon completion of the project, the Contractor shall modify the project electronic drawing and specification files to incorporate this information. Modified documents shall be turned over to the Owner in both electronic and hard paper copy formats. Record drawings shall also include: 1. Locations of buried conduit and similar items. Include burial depth. 2. Field changes of dimension or detail. 3. Details not on original contract drawings. 4. Changes to circuit numbers. 5. Junction box locations and conduit runs, with trade sizes indicated, for lighting, power, and electrical systems installed. 6. Final panel schedules on drawings matching Contract Drawing size. 1.10 MAINTENANCE MANUALS AND OPERATING INSTRUCTIONS A. Obtain at time of purchase of equipment, three copies of operation, lubrication and maintenance manuals for all items. Assemble literature in a coordinated manual using loose leaf sheets in a three ring binder(s). Manual shall contain names and addresses of manufacturers and local representatives who stock or furnish repair parts for items or equipment. B. The manuals shall include the following and shall have an index of contents and tabs for each Specification Section and each piece of equipment specified in that Section and be provided in the order listed below, per Specification Section. 1. Copies of all approved submittals/shop drawings. 2. Manufacturers operating and maintenance instructions and parts lists of all items or equipment. Where manufacturer's data includes several types or models, the applicable type or model shall be clearly designated. 3. Startup and shutdown procedures. 4. Test records. 5. Wiring diagrams. 6. Lubrication instructions detailing type of lubricant, amount, and intervals recommended by manufacturer for each item of equipment. 7. Owner's written acknowledgement of satisfactory completion of instruction period. C. Furnish three copies of manuals to Architect for approval and distribution to Owner. Deliver manuals no less than 30 days prior to acceptance of equipment to permit Owner's personnel to become familiar with equipment and operation prior to acceptance. COMMON WORK RESULTS FOR ELECTRICAL 260500- 10 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners D. Operating instructions. Upon completion of installation or when Owner accepts portions of building and equipment for operational use, instruct Owner's operating personnel in any or all parts of all systems. Factory-trained personnel shall provide instruction training. Allow for 8 hours of training for each Specification Section having major equipment. • 1.11 SUBMITTAL PROCEDURE AND FORMAT A. This Paragraph supplements Division 1 General Requirements for submittals. It applies to all Electrical/Division 26 material submittals prepared by Contractor and/or Contractor's material suppliers and submitted for Owner/Engineer approval. B. Submittal Response to Specification 1. Submittal data for each product shall include a copy of the Engineers applicable technical Specifications marked by Contractor, paragraph by paragraph, with a code summarizing compliance status per the following. a. Utilize the following codes, with complete explanation of any items marked other than "compliance'. 1) Comply—C. 2) Comply with a clarification note added—CC. 3) Deviates—D. 4) Alternate—A. 5) Reject-R. 6) Not Applicable—NA b. Incomplete or incorrect conformance to this requirement will constitute reason for rejection. 2. Multiple Re-submittals: The Engineer will review the first submittal from the Contractor and respond with comments, and will review one re-submittal for the same item(s), from the Contractor and respond with comments. If the Contractor is required to make subsequent submittals for the same item(s),the Engineer shall be compensated by the Contractor for the time to review each subsequent re-submittal. The Contractor shall agree to compensate the Engineer a minimum of 3500 per each re-submittal item. As a prerequisite to contract award, the Bidder for electrical work, as defined under this Section 26, accepts and agrees to be bound by these compensation terms. Non agreement/acceptance of these "multiple re-submittal compensation terms"will constitute reason for disqualification of Bidder from potential contract award, 3. Shop Drawings showing layouts of systems shall contain sufficient plans, elevations, sections, details and schematics to describe work clearly. They shall be 1/4 inch = 1 foot 0 inch scale unless specified otherwise. 4. Shop drawings and submittals showing manufacturer's product data shall contain detailed dimensional drawings, accurate and complete description of materials of construction, manufacturer's published performance characteristics and capacity ratings (performance data, alone, is not acceptable), electrical requirements and wiring diagrams. Drawings shall clearly indicate location (terminal block or wire number), voltage and function for all field terminations, and other information necessary to demonstrate compliance with all requirements of Contract Documents. 5. Provide shop drawing submittals showing details of electrical wiring and conduit connections to ALL equipment. If connection details are not submitted and connections COMMON WORK RESULTS FOR ELECTRICAL 260500- 11 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez 8 Partners are found to be installed incorrectly in the field, this Contractor shall reinstall them within the original contract price. 6. Shop drawings for different systems and equipment shall be bound separately by specification section as indicated above and not bound by manufacturer. Each separate submittal shall have its own transmittal and cover letter. Submittals which contain different specification section systems bound together shall be returned un- reviewed for re-submittal. 7. Lighting Fixture shop drawings shall consist of two submittals, one for interior lighting and one for exterior lighting. Each submittal shall have all associated light fixtures included. Separate submittals grouped by manufacturer or supplier shall not be accepted. The Contractor shall be responsible for coordinating drawings from his various suppliers in order to comply with this requirement. 1.12 QUALITY ASSURANCE A. Acceptable Manufacturers 1. The Engineer's design for each product is based on the manufacturer listed in the schedule or shown on the Drawings. In some of the technical specifications, other manufacturers are listed as being acceptable. The listing of a manufacturer as acceptable does not imply automatic approval. It is the sole responsibility of the Contractor to ensure that any submittals made are for products that meet or exceed the specifications included herein. These are acceptable only if, as a minimum, they: a. Meet all performance criteria listed in the schedules and outlined in the specification. b. Have identical operating characteristics to those called for in the specification. For example, a two-stroke diesel generator will not be acceptable if a four- stroke model is specified, - c. Fit within the available space provided for by the design, based on the original manufacturer, including space for maintenance and component removal,with no modification to either the space or the product. Clearances to walls, ceilings and other equipment will be at least equal to those shown on the Contract Design Drawings. The fact that a manufacturer's name appears as acceptable shall not be taken to mean that the Engineer has determined that the manufacturer's products will fit within the available space - this determination is solely the responsibility of the Contractor, d. Products must adhere to all architectural considerations including but not limited to: being of the same color as the product scheduled or specified, fitting within architectural enclosures and details, and for diffusers, lighting and plumbing fixtures-being the same size and of the same physical appearance as scheduled or specified products. B. All equipment shall be labeled or listed by the National Board of Underwriters Laboratories (U.L.)or other recognized listing/testing agency where such labeling or listing exists for such material. C. All electrical components, devices and accessories shall be listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. Skid-mounted or packaged assemblies shall be listed and labeled as an assembly, not just the individual components. COMMON WORK RESULTS FOR ELECTRICAL 260500- 12 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners 1.13 TEMPORARY CONSTRUCTION POWER A. Provide temporary lighting and construction power as required by all trades for the project. Pay the usage charges to the serving utility or electric service associated with temporary lighting and power for construction. All temporary lighting and construction power installations shall comply with NEC. B. Continuity of Utility Services 1. In the absence of specific requirements in Division 1, comply with the following procedures for shut-downs. a. Provide temporary services where project construction schedule requires extended shut downs of existing equipment andior systems. Temporary services include the necessary equipment and/or systems to maintain continuity of services. Extended shut downs are interruptions of existing services for a period of time longer than that acceptable to the Owner. Maintain existing facility operation as applicable, to the extent possible. b. Contractor shall coordinate any shutdowns of existing systems as follows: 1) Give proper notice to Owner when making shutdowns; a minimum of fourteen full days is required. 2) Minimize timeline of shutdowns of any system. 3) Provide temporary services where required and perform shutdowns and tie- ins at a time convenient to Owner. 2. Contractor shall be responsible for completing and filing the Owner's shut down notice questionnaire. 3. Perform required survey and inspector work required by the notice for shutdown. 4. All life safety systems shall be kept in service. It is the responsibility of the Contractor to provide all associated appurtenances necessary to ensure that the systems are in proper working condition at all times. 1.14 DELIVERY, STORAGE, AND HANDLING A. Protect equipment/materials from damage during shipping, storage, handling, off-loading and installation. Deliver equipment/materials to the site in manufacturer's original, unopened containers and packaging,with labels clearly indicating manufacturer and material. B. The Contractor shall provide for enclosed storage, when equipment/materials are stored on- site and prior to building "dry-in", to prevent any damage or loss resulting from inclement weather, construction traffic, theft or other unforeseen incident. Specialties shall not be stored outdoors. C. Equipment/materials, stored or installed,found to be damaged shall be replaced with new by the Contractor, to the satisfaction of the Owner and at no additional expense. Do not store equipment with PVC material with exposure to direct sunlight. 1.15 INSPECTIONS AND FEES A. Contractor shall obtain all necessary forms, permits, inspections,certificates of acceptance, certificates of occupancy,etc. Contractor shall complete all forms and pay all fees related to COMMON WORK RESULTS FOR ELECTRICAL 260500- 13 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners these items. Contractor shall submit to the appropriate Authority Having Jurisdiction all necessary documentation, including Drawings, calculations, load summaries, safety plans, work execution plans, schedules, etc., all in the format and quantity as required by the governing Authority Having Jurisdiction. These permits, inspections, and certificates shall cover all aspects of the electrical systems, including the fire alarm system. The permits, inspections and certificates shall be obtained by Contractor from the appropriate Authority Having Jurisdiction including, but not limited to, building departments, inspection authorities, plan review examiners, fire marshals, insurers, utility suppliers, etc. B. Arrange for, coordinate and attend all required inspections by AHJs. C. Obtain required inspection stickers indicating installation suitability from appropriate Authorities Having Jurisdiction. Install as directed by Authorities Having Jurisdiction. 1.16 TESTS AND SETTINGS A. Test all systems furnished under Division 26 and repair or replace all defective work. Make all necessary adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. B. Complete all work as detailed in applicable project Specification "Acceptance Testing and Calibration", or equivalent. C. Make the following minimum field tests and checks. Where possible, make tests and checks prior to energizing electrical equipment. Tests shall be in accordance with manufacturer's requirements and suggestions, industry standards, and with the requirements outlined in the specific Sections of these Specifications. General Testing shall include NETA(National Electrical Testing Association)required and recommended testing of the following systems and equipment: 1. Mechanical inspection, testing and setting of all circuit breakers, disconnect switches, motor starters, control equipment, etc., for proper operation. 2. Grounding system. 3. Switchgear and switchboards. 4. Fire alarm system. 5. Motor control centers. 6. Transformers. 7. Wires and cables. 8. Substations and protective relaying. 9. Variable frequency drives/controllers. 10. Wire and cable terminations. Verify that connections meet the equipment's torque requirements. Verify control wire continuity via bellibuzzer test. Megger all power wire and cable. Record all results. 11. Field set all transformers taps as required in order to obtain the proper secondary voltage. 12. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. 13. Check the ampere rating and setting of all motor circuit protectors, circuit breakers, fuses, thermal overloads for motors, etc., and submit a typed record to the Engineer of same, as well as locations and designations, listing the nameplate service factor, horsepower, and full load current. If inconsistencies are found, new thermal elements shall be supplied and installed by this Contractor. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 14 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners 14. Check rotation of all motors, obtain permission from the Owner to start the motors, and proceed to check it for proper rotation. If it rotates in the wrong direction, correct the rotation at the motor. Take all necessary precautions not to damage any equipment. 15 Carefully check interlocking, control and instrument wiring for each system, and/or part of a system to ascertain that the system will function properly and as indicated by schematic and wiring diagrams where applicable. 16. Provide all instruments, personnel and equipment required for the tests specified herein. D. All testing shall be scoped, planned, scheduled and coordinated by the Contractor. Notify the Owner at least two(2)weeks in advance of conducting tests. The Contractor shall have qualified personnel present during all testing. E. The following additional tests and checks shall be made prior to the energizing of electrical equipment. Contractor shall engage the services of an independent testing firm. Tests shall be conducted by the independent testing firm, and a certified test report shall be submitted stating that the equipment meets and operates in accordance with the manufacturers and job specifications, and that equipment and installation conforms to all applicable standards and specifications: 1. Setting and testing of protective relays for calibration and proper operation. 2. Over potential, high potential, insulation resistance, and shield continuity tests for medium voltage cables. 3. Verification of proper installation of all medium voltage cable terminations and splices. Include terminations employing stress cones, pot-heads, heat shrink, lead terminations, manual methods, etc. 4. Mechanical inspection of switches and circuit breakers to assure proper operation. F. Three(3)copies of certified test reports shall be furnished to the Engineer for all tests. G. Contractor shall be responsible for supply of al electrical equipment, components, systems, and qualified manpower, as applicable, to provide for an execute complete electrical testing, system testing, and acceptance testing and calibration as specified in the Contract Documents and/or as required. Include testing submittal preparation, testing plan, scheduling, start-up procedures, functional testing, attendance at meetings, testing results recording and documentation, demonstration and training, operations and maintenance manuals, and project close out data(bonds,warranties, spare parts, record documents and maintenance service agreements). H. Set all relays, protective devices, breakers, etc., in accordance with findings and recommendations of the Electrical Protective Device Coordination Study and of the equipment manufacturer. Infra-red hot spot inspection shall be made of all switchgear, switches, power, and control panels. This shall be done under representative load conditions before the equipment is used by the Owner and again three(3)months before expiration of the one(1)year warranty period. 1.17 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than 0 deg For exceeding 104 deg F. 2. Humidity: Less than 95 percent(noncondensing). COMMON WORK RESULTS FOR ELECTRICAL 260500 - 15 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez & Partners 3 Altitude: Nat exceeding 6600 feet(or 3300 feet if equipment includes solid-state devices.) PART 2 - PRODUCTS 2.1 GENERAL A. Products shall be new and suitable for the intended purpose. See other Sections for specific product and material requirements. PART 3- EXECUTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1 —Standard Practices for Good Workmanship in Electrical Contracting. B. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall-mounting items, unless otherwise indicated. C. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent with these requirements. D. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. E. Right of Way: Yield to piping systems installed at a required slope. F. Apply firestopping to penetrations of fire-rated floor and wall assemblies for electrical installations to restore original fire-resistance rating of assembly. Firestopping materials and installation requirements are specified in Division 07 Section Penetration Firestopping," 3.2 CONCRETE PADS A. Construct concrete bases of dimensions indicated but not less than 4 inches (100 mm) larger in both length and width directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. Height of base shall be as indicated, but not less than 4 inches. B. Use 3000-psi (20.7-MPa), 28-day compressive-strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Division 03 Section "Cast-in-Place Concrete." COMMON WORK RESULTS FOR ELECTRICAL 260500 - 16 Flamingo Park—Existing Handball Courts Renovations February 28,2017 WA Project No. 2801.00 Wolfberg Alvarez &Partners C. Anchor equipment to concrete base. 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor-bolt manufacturer's whiten instructions. D. Provide raised concrete pads for all floor mounted electrical equipment, including but not limited to, switchboards, transformers, motor control centers, transfer switches, lighting control/dimmer cabinets, and motor controllers. 3.3 FIREPROOFING A. Clips, hangers, clamps, supports and other attachments to surfaces to be fireproofed shall be installed, insofar as possible, prior to start o`spray fiber work. B. Piping and other items which would interfere with proper application of fireproofing shall be installed after completion of spray fiber work. C. Patching and repairing of fireproofing due to cutting or damaging to fireproofing during course of work specified under this Section shall be performed by installer of fireproofing and paid for by trade responsible for damage and shall not constitute grounds for extra cost to Owner. 3.4 MAJOR ELECTRICAL EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. If necessary, the manufacturer shall be required to ship his material in sections sized to permit passing through such restricted areas in the structure. B. The equipment shall be kept upright at all times. When equipment has to be tilted for ease of passing through such restricted areas during transportation, the manufacturer shall be required to brace the equipment suitably, to ensure that the tilting does not impair the functional integrity of the equipment. 3.5 INSTALLATION ONLY ITEMS A. Where this contractor is required to install items which he does not purchase, he shall coordinate their delivery and be responsible for their unloading from delivery vehicles and for their safe handling and field storage up to the time of installation. This contractor shall be responsible for: 1. Any necessary field assembly and internal connections, as well as mounting in place of the items,including the purchase and installation of all dunnage supporting members and fastenings necessary to adapt them to architectural and structural conditions. 2. Their connection to building systems including the purchase and installation of all terminating fittings necessary to adapt and connect them to the building systems. B. This Contractor shall carefully examine such items upon delivery. Claims that any of these items have been received in such condition that their installation will require procedures beyond the reasonable scope of work of this Contractor will be considered only if presented in writing COMMON WORK RESULTS FOR ELECTRICAL 260500- 17 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners within one week of their date of delivery. Unless such claims have been submitted, this Contractor shall be fully responsible for the complete reconditioning or replacement of the damaged items. 3.6 PAINTING A. Furnish one can of aerosol-free touch-up paint for each different color factory finish which is to be the final finished surface of the product. 3.7 CLEANING A. Cleaning shall be performed prior to equipment being energized B. Raceways 1. General: a. Cover all raceway openings prior to the installation of conductors to prevent dirt, moisture, and other debris from entering the raceways. b. Before pulling conductors, swab out all raceways to remove any debris that may have entered raceways during construction or during storage. c. When external surfaces of raceways or enclosures are rusted, clean and restore surfaces to original condition. 2. Equipment a. After completion of work but prior to turning equipment over to the Owner, clean the exterior surfaces to be free from concrete residue, dirt, paint residue, etc. .b. All dirt, drywall dust, and all other foreign matter shall be blown from, wiped away, or vacuumed from transformer coils, terminal devices, panelboard interiors, switchboard interiors,junction boxes, pullboxes, and other similar equipment enclosures, c. Thoroughly clean equipment of all stains, paint spots, dirt, and dust. Remove all temporary labels not used for instruction or operation and remove all visible trade labels. 3.8 CEILING ACCESS AND OTHER ACCESS PANELS A. Access panels are generally not shown on Drawings, but they are required to be provided and installed by Contractor. B. Access panels shall be of size required to provide adequate access to equipment. Minimum size shall be 1Z X 12' for hand access or 24" X 24" for body access. Minimum 16 gauge frame, not less than 18 gauge hinged door panel. Door locks shall be screwdriver operated for panels in general location applications and shall be key locked for public area applications. C. Furnish and install access panels so that electrical transformers, boxes, devices, fixtures, valves, etc. that have electrical connections, and/or require maintenance, operation,or adjustment are made accessible. Include access panels for such equipment in otherwise inaccessible locations, including those concealed in floor, wall, and furred spaces or above ceiling. Access panels shall be by Milcor, Knapp, Nystorm or Inland Steel; coordinate selection COMMON WORK RESULTS FOR ELECTRICAL 260500- 18 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez&Partners with other Sections supplying similar access panels. Color of panel shall be selected by the Architect. D. Panels shall include concealed hinges, cam type locking devices, and shall have a frame border type necessary for the particular wall or ceiling construction in which they are installed. Access panels shall be flush mounted, recessed frame type units. Access panels shall be prime coated steel, for field painting for general applications and stainless steel for use in toilet rooms, shower rooms, and similar wet locations. E. Access panels shall have same fire rating classification as surface penetrated. Rated access panels must have U.L. Label. END OF SECTION 260500 COMMON WORK RESULTS FOR ELECTRICAL 260500 - 19 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 2801.00 Wolfberg Alvarez 8 Partners SECTION 230519- LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 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. Building wires and cables rated 2000 V and less. 2. Connectors, splices, and terminations rated 2000 V and less. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Product Schedule: Indicate type, use, location, and termination locations. 1.4 INFORMATIONAL SUBMITTALS A. Field quality-control reports. PART 2- PRODUCTS 2.1 CONDUCTORS AND CABLES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Alpha Wire Company. 2. American Bare Conductor. 3. Belden Inc. 4. Cerro Wire LLC. 5. Encore Wire Corporation. 6. General Cable Technologies Corporation. 7. Service Wire Co. 8. Southwire Company. 9. WESCO. 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. LOW VOLTAGE ELECTRICAL POWER CONDUCTORS &CABLES 260519 - 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners C. Conductor and Cable Marking: Comply with wire and cable marking according to UL's"Wire and Cable Marking and Application Guide." D. Comply with UL 1277, UL 1685, and NFPA 70 for Type TC-ER cable used in VFC circuits. E. Conductors: Aluminum Aluminum and copper. complying with NEMA WC 70/ICEA 5-95-658. 1. Conductor Insulation: Comply with NEMA WC 70/ILEA S-95-658 for Type THHN,rTHWN- 2, Type USE, and Type SO. F. Cable: Comply with NEMA WC 70/CEA 5-95-658 for metal-clad cable, Type MC, Type SE, Type SO, and Type USE with ground wire. 1. VFC Cable: Type TC-ER with oversized crosslinked polyethylene insulation, spiral- wrapped foil plus 85 percent coverage braided shields and insulated full-size ground wire, and sunlight- and oil-resistant outer PVC jacket. 2.2 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. 3M Electrical Products. 2. AFC Cable Systems; a part of Atkore International. 3. Gardner Bender. 4. Hubbell Power Systems, Inc. 5. Ideal Industries, Inc. 6, ILSCO. 7. NSi Industries LLC. 8. O-Z/Gedney a brand of Emerson Industrial Automation. 9. Service Wire Co. 10. TE Connectivity Ltd. 11. Thomas&Betts Corporation, A Member of the ABS Group. B. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated; listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. PART 3- EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Copper; solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Feeders: Copper for feeders smaller than No.4 AWG; copper or aluminum for feeders No. 4 AWG and larger. Conductors shall be solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. C. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. LOW VOLTAGE ELECTRICAL POWER CONDUCTORS&CABLES 260519-2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners D. Branch Circuits: Copper. Solid for No. 12 AWG and smaller; stranded for No. 10 AWG and larger. 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Exposed Feeders: Type THHNITHWN-2. single conductors in raceway. 8. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHNrTHWN-2, single conductors in raceway. C. Exposed Branch Circuits, Including in Crawispaces: Type THHN/THWN-2, single conductors in raceway, Metal-clad cable, Type MC. D. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN THWN-2, single conductors in raceway. 3.3 INSTALLATION OF CONDUCTORS AND CABLES A. Complete raceway installation between conductor and cable termination points according to Section 26 05 33"Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables. B. Use manufacturer-approved pulling compound or lubricant where necessary, compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. C. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips that will not damage cables or raceway. D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. E. Support cables according to Section 26 05 29 "Hangers and Supports for Electrical Systems." 3.4 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. B. Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack. LOW VOLTAGE ELECTRICAL POWER CONDUCTORS &CABLES 260519 -3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 0 3.5 IDENTIFICATION A. Identify and color-code conductors and cables according to Section 26 05 53 "Identification for Electrical Systems." B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor. 3.6 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 26 05 44"Sleeves and Sleeve Seals for Electrical Raceways and Cabling" 3.7 FIELD QUALITY CONTROL A. Perform the following tests and inspections with the assistance of a factory-authorized service representative: 1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors and conductors feeding the following critical equipment and services for compliance with requirements. 2. Perform each of the following visual and electrical tests: a. Inspect exposed sections of conductor and cable for physical damage and correct connection according to the single-line diagram. b. Test bolted connections for high resistance using one of the following: 1) A low-resistance ohmmeter. 2) Calibrated torque wrench. 3) Thermographic survey. c. Inspect compression applied connectors for correct cable match and indentation. d. Inspect for correct identification. e. Inspect cable jacket and condition. f. Insulation-resistance test on each conductor with respect to ground and adjacent conductors. Apply a potential of 500-V dc for 300-V rated cable and 1000-V dc for 600-V rated cable for a one-minute duration. g. Continuity test on each conductor and cable. h. Uniform resistance of parallel conductors. B. Cables will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports to record the following: 1. Procedures used. 2. Results that comply with requirements. 3. Results that do not comply with requirements and corrective action taken to achieve compliance with requirements. END OF SECTION 260519 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS &CABLES 260519-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez & Partners SECTION 260526-GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 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 grounding and bonding systems and equipment. B. Section includes grounding and bonding systems and equipment, plus the following special applications: 1. Underground distribution grounding. 1.3 CTION SUBMITTALS A. Product Data: For each type of product indicated. 1.4 INFORMATIONAL SUBMITTALS A. As-Built Data: Plans showing dimensioned as-built locations of grounding features specified in "Field Quality Control"Article, including the following: 1. Ground rods. B. Field quality-control reports. 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For grounding to include in emergency, operation, and maintenance manuals. 1. Include the following: a. Instructions for periodic testing and inspection of grounding features at ground rings and grounding connections for separately derived systems based on NFPA 70B. 1) Tests shall determine if ground-resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if values do not. 2) Include recommended testing intervals. GROUNDING &BONDING FOR ELECTRICAL SYSTEMS 260526- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Burndy; Part of Hubbell Electrical Systems. 2. Dosser!: AFL Telecommunications LLC. 3. ERICO International Corporation. 4. Fushi Copperweld Inc. 5. Galvan Industries, Inc.; Electrical Products Division, LLC. 6. Harger Lightning &Grounding. 7. ILSCO. 8. O-Z/Gedney; a brand of Emerson Industrial Automation. 9. Robbins Lightning, Inc. 10. Siemens Power Transmission &Distribution, Inc. 11. Thomas&Betts Corporation, A Member of the ABB Group. 12. Topaz Electric; a division of Topaz Lighting Corp. 2.2 SYSTEM DESCRIPTION A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NEPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with UL 467 for grounding and bonding materials and equipment 2.3 CONDUCTORS A. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors:ASTM B 33. 4. Bonding Cable:23 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned-copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 2.4 CONNECTORS A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected. B. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. GROUNDING &BONDING FOR ELECTRICAL SYSTEMS 260526- 2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners C. Beam Clamps: Mechanical type, terminal, ground wire access from four directions,with dual. tin-plated or silicon bronze bolts. D. Cable-to-Cable Connectors: Compression type, copper or copper alloy. E. Cable Tray Ground Clamp: Mechanical type, zinc-plated malleable iron. F. Conduit Hubs: Mechanical type, terminal with threaded hub. G. Ground Rod Clamps: Mechanical type, copper or copper alloy, terminal with hex head bolt. H. Lay-in Lug Connector: Mechanical type,copper rated for direct burial terminal with set screw. 2.5 GROUNDING ELECTRODES A. Ground Rods: Copper-clad steel; 314 inch by 10 feet. PART 3 -EXECUTION 3.1 APPLICATIONS A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated. B. Underground Grounding Conductors: Install bare tinned-copper conductor, No, 2/0 AWG minimum. • 1. Bury at least 24 inches below grade. 2. Duct-Bank Grounding Conductor: Bury 12 inches above duct bank when indicated as part of duct-bank installation. C. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated, 3. Connections to Ground Rods at Test Wells: Bolted connectors. 4. Connections to Structural Steel:Welded connectors. 3.2 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS A. Comply with IEEE C2 grounding requirements. 3.3 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all underground feeders and branch circuits. GROUNDING 8 BONDING FOR ELECTRICAL SYSTEMS 260526- 3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners B. Sports Lighting Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch-circuit conductors. C. Metallic Fences: Comply with requirements of IEEE C2. 1. Grounding Conductor: Bare, tinned copper, not less than No. 8 AWG. 2. Gates: Shall be bonded to the grounding conductor with a flexible bonding jumper. 3. Barbed Wire: Strands shall be bonded to the grounding conductor. 3.4 INSTALLATION A. Grouncing Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B. Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade unless otherwise indicated. 1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any. 2. For grounding electrode system, ins:all at least three rods spaced at least one-rod length from each other and located at least the same distance from other grounding electrodes. and connect to the service grounding electrode conductor. 3.5 FIELD QUALITY CONTROL A. ,Perform tests and inspections. B. Tests and Inspections: 1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Inspect physical and mechanical condition.Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturers written instructions. 3. Test completed grounding system at each location where a maximum ground-resistance level is specified, at service disconnect enclosure grounding terminal, and at individual ground rods. Make tests at ground rods before any conductors are connected. a. Measure ground resistance no fewer than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. C. Grounding system will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. E. Report measured ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less: 10 ohms. GROUNDING &BONDING FOR ELECTRICAL SYSTEMS 260526-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 W olfberg Alvarez&Partners F. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance. END OF SECTION 260526 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS 260526- 5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners SECTION 260529-HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 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. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions. dimensions of individual components and profiles, and finishes for the following: a. Hangers. b. Steel slotted support systems. c. Nonmetallic support systems. d. Trapeze hangers. e. Clamps. f. Turnbuckles. g. Sockets. h. Eye nuts. i. Saddles. j. Brackets. 2. Include rated capacities and furnished specialties and accessories. 1.4 INFORMATIONAL SUBMITTALS A. Welding certificates. PART 2 - PRODUCTS 2.1 SUPPORT,ANCHORAGE,AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4 factory-fabricated components for Field assembly. HANGARS & SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 W olfberg Alvarez&Partners 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube &Conduit; a part of Atkore International. b. B-line, an Eaton business. c. ERICO International Corporation. d. Flex-Strut Inc. e. GS Metals Corp. f. G-Strut. g. Haydon Corporation. h. Metal Ties Innovation. Thomas&Betts Corporation, A Member of the ABB Group. j. Unistrut; Part of Atkore International. k. Wesanco, Inc. 2. Material: Galvanized steel, plain steel. 3. Channel Width: 1-1/4 inches. 4. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA-4. 5. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4. 6. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA- 4. 7. Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. 8. Channel Dimensions: Selected for applicable load criteria. B. Conduit and Cable Support Devices: Steel hanger, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. C. Support for Conductors in Vertical Conduit:Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for nonarmored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be made of malleable iron. D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M steel plates, shapes, and bars; black and galvanized. E. Mounting,Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following. 1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Hilti, Inc. 2) ITW Ramset/Red Head; Illinois Tool Works, Inc. 3) MKT Fastening, LLC. 4) Simpson Strong-Tie Co., Inc. HANGARS & SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 2. Mechanical-Expansion Anchors: Insert-wedge-type, zinc-coated steel, for use in hardened portland cement concrete, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following'. 1) B-line, an Eaton business. 2) Empire Tool and Manufacturing Co., Inc. 3) Hilti, Inc. 4) ITW RamsebRed Head; Illinois Tool Works, Inc. 5) MKT Fastening, LLC. 3. Concrete Inserts: Steel or malleable-iron, slotted support system units are similar to MSS Type 18 units and comply with MFMA-4 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58 units are suitable for attached structural element. 5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325. 6. Toggle Bolts: All-steel springhead type. 7. Hanger Rods: Threaded steel. 2.2 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted structural-steel shapes, shop or field fabricated to fit dimensions of supported equipment. B. Materials: Comply with requirements in Section 05 50 00"Metal Fabrications"for steel shapes and plates. PART 3- EXECUTION 3.1 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems unless requirements in this Section are stricter. B. Comply with requirements for raceways and boxes specified in Section 26 05 33"Raceways and Boxes for Electrical Systems." C. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMTs, IMCs, and RMCs as required by NFPA 70. Minimum rod size shall be 1/4 inch in diameter. D. Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slotted or other support system, sized so capacity can be increased by at least 25 Insert number percent in future without exceeding specified design load limits. 1. Secure raceways and cables to these supports with two-bolt conduit clamps. HANGARS & SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners E. Spring-steel clamps designed for supporting single conduits without bolts may be used for 1- 1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.2 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this article. B. Raceway Support Methods: In addition to methods described in NECA 1, EMTs, IMCs, and RMCs may be supported by openings through structure members, according to NFPA 70. C. Strength of Support Assemblies:Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 2. To Existing Concrete: Expansion anchor fasteners. 3. Instead of expansion anchors, powder-actuated driven threaded studs provided with lock washers and nuts may be used in existing standard-weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight-aggregate concrete or for slabs less than 4 inches thick. 4. To Light Steel: Sheet metal screws. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid,the need for reinforcing bars. 3.3 INSTALLATION OF FABRICATED METAL SUPPORTS A. Cut,fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. B. Field Welding: Comply with AWS D1.1/D1.1M. 3.4 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Use 3000-psi, 28-day compressive-strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Section 03 30 00"Cast-in-Place Concrete." C. Anchor equipment to concrete base as follows: HANGARS & SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 4 Flamingo Park—Existing Handball Courts Renovations February 23, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8,Partners 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor-bolt manufacturer's written instructions. 3.5 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces. 1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils. B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780. END OF SECTION 260529 HANGARS & SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners SECTION 260533-RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 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. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Boxes, enclosures, and cabinets. 4. Handholes and boxes for exterior underground cabling. B. Related Requirements: 1. Section 26 05 43 "Underground Ducts and Raceways for Electrical Systems"for exterior ductbanks, manholes, and underground utility construction. 1.3 DEFINITIONS A. GRC: Galvanized rigid steel conduit. B. IMO: Intermediate metal conduit. 1.4 ACTION SUBMITTALS A. Product Data: For surface raceways,wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets. 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of items involved: 1. Structural members in paths of conduit groups with common supports. B. Source quality-control reports. RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS 260533 - 1 • Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners PART 2 - PRODUCTS 2.1 METAL CONDUITS, TUBING,AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems: a part of Atkore International. 2. Allied Tube & Conduit; a part of Atkore International. 3. Anamet Electrical, Inc. 4. Calconduit. 5. Electri-Flex Company. 6. FSR Inc. 7. Opti-Com Manufacturing Network, Inc(OMNI). 8. O-ZlGedney; a brand of Emerson Industrial Automation. 9. Picoma Industries, Inc. 10. Republic Conduit. 11. Robroy Industries. 12. Southwire Company. 13. Thomas &Betts Corporation,A Member of the ABB Group. 14. Topaz Electric; a division of Topaz Lighting Corp. 15 Western Tube and Conduit Corporation. 16. Wheatland Tube Company. B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. GRC: Comply with ANSI C80.1 and UL 6. D. IMC: Comply with ANSI C80.6 and UL 1242. E. EMT: Comply with ANSI C80.3 and UL 797. F. FMC: Comply with UL 1; zinc-coated steel or aluminum. G. LFMC. Flexible steel conduit with PVC jacket and complying with UL 360. H. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 5143. 1. Conduit Fittings for Hazardous(Classified) Locations: Comply with UL 886 and NFPA 70. 2. Fittings for EMT: a. Material: Steel or die cast. b. Type: Setscrew or compression. 3. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. I. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS 260533 - 2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 2.2 NONMETALLIC CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems; a part of Atkore International. 2. Anamet Electrical, Inc. 3. Arnco Corporation. 4. CANTEX INC. 5. CertainTeed Corporation. 6. Condux International, Inc. 7. Electri-Flex Company. 8. Kraloy. 9. Lamson &Sessions. 10. Niedax Inc. 11. RACO; Hubbell. 12. Thomas & Betts Corporation, A Member of the ABB Group. B. Listing and Labeling: Nonmetallic conduits, tubing. and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. ENT: Comply with NEMA TC 13 and UL 1653. D. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. E. LFNC: Comply with UL 1660. F. Rigid HDPE: Comply with UL 651A. G. Continuous HOPE: Comply with UL 6518. H. Coilable HDPE: Preassembled with conductors or cables, and complying with ASTM D 3485. I. RTRO Comply with UL 1684A and NEMA TC 14. J. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. K. Fittings for LFNC: Comply with UL 5146. 2.3 BOXES, ENCLOSURES,AND CABINETS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Adalet. 2. Crouse-Hinds, an Eaton business. 3. EGS/Appleton Electric. 4. Erickson Electrical Equipment Company. 5. FSR Inc. 6. Hoffman; a brand of Pentair Equipment Protection. 7. Hubbell Incorporated. RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS 260533 - 3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 8. Kraloy. 9, Milbank Manufacturing Co. 10. MonoSystems, Inc. 11. Oldcastle Enclosure Solutions, 12. O-Z/Gedney a brand of Emerson Industrial Automation. 13, RACO; Hubbell. 14. Robroy Industries. 15, Spring City Electrical Manufacturing Company, 16. Thomas &Betts Corporation, A Member of the ABB Group. 17. Wiremold/Legrand. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A. D. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 lb. Outlet boxes designed for attachment of luminaires weighing more than 50 lb shall be listed and marked for the maximum allowable weight. E. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. F. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, cast aluminum with gasketed cover. G. Box extensions used to accommodate new building finishes shall be of same material as recessed box. H. Device Box Dimensions: 4 inches square by 2-1/8 inches deep. I. Gangable boxes are allowed. J. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250,Type 1, Type 3R, Type 4, or Type 12 with continuous-hinge cover with flush latch unless otherwise indicated. 1. Metal Enclosures: Steel,finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Fiberglass. 3. Interior Panels: Steel; all sides finished with manufacturer's standard enamel. K. Cabinets: 1. NEMA 250, galvanized-steel box with removable interior panel and removable front, finished inside and outwith manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 2.4 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING A. General Requirements for Handholes and Boxes: RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS 260533 - 4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 1. Boxes and handholes for use in underground systems shall be designed and identified as defined in NFPA 70, for intended location and application. 2. Boxes installed in wet areas shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Polymer-Concrete Handholes and Boxes with Polymer-Concrete Cover: Molded of sand and aggregate, bound together with polymer resin, and reinforced with steel,fiberglass, or a combination of the two. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. NewBasis. d. Oldcastle Precast, Inc. e. Quazite: Hubbell Power Systems, Inc. f. Synertech Moulded Products. 2. Standard: Comply with SCTE 77. 3. Configuration: Designed for flush burial with integral closed bottom unless otherwise indicated. 4. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure and handhole location. 5. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 6. Cover Legend: Molded lettering, "ELECTRIC." 7. Conduit Entrance Provisions: Conduit-terminating fittings shall mate with entering ducts for secure,fixed installation in enclosure wall. 2.5 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES A. Handhole and Pull-Box Prototype Test: Test prototypes of handholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. PART 3 -EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors:Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: GRC. 2. Concealed Conduit,Aboveground: EMT. 3. Underground Conduit: RNC, Type EPC-40-PVC, direct buried. 4. Boxes and Enclosures. Aboveground: NEMA 250, Type 3R. B. Indoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: EMT. 2. Exposed and Subject to Severe Physical Damage: GRC. Raceway locations include the following: 3. Damp or Wet Locations: GRC. RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS 260533 - 5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 4. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4 stainless steel in damp or wet locations. C. Minimum Raceway Size: 3/4-inch trade size. D. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 3. EMT: Use setscrew or compression, cast-metal fittings. Comply with NEMA FB 2.10. 4. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. E. Install surface raceways only where indicated on Drawings. 3.2 INSTALLATION A. Comp;y with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Complete raceway installation before starting conductor installation. C. Comply with requirements in Section 26 05 29 "Hangers and Supports for Electrical Systems" for hangers and supports. D. Arrange stub-ups so curved portions of bends are not visible above finished slab. E. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction. F. Support conduit within 12 inches of enclosures to which attached. G. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. H. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing conductive compound prior to assembly. I. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch trade size and insulated throat metal bushings on 1-112-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. J. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS 260533 - 6 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners K. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings In the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. L. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. M. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare aoove grade alongside raceways in use. N. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. O. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70. P. Comply with manufacturer's written instructions for solvent welding RNC and fittings. Q. Expansion-Joint Fittings: 1. Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F and that has straight-run length that exceeds 25 feet. Install in each run of aboveground RMC and EMT conduit that is located where environmental temperature change may exceed 100 deg F and that has straight-run length that exceeds 100 feet. 2. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change. c. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F temperature change. 3. Install fitting(s)that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F of temperature change for PVC conduits. Install fitting(s)that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F of temperature change for metal conduits. 4. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 5. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS 260533 - 7 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners R. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches of flexible conduit for recessed and semirecessed luminaires, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. 5. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to center of box unless otherwise,indicated. T. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. U. Locate boxes so that cover or plate will not span different building finishes. V. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. W. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. X. Set metal floor boxes level and flush with finished floor surface. Y. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. 3.3 INSTALLATION OF UNDERGROUND CONDUIT A. Direct-Buried Conduit:. 1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom for pipe less than 6 inches in nominal diameter. 2. After installing conduit, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction 3. Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through floor. a. For stub-ups at equipment mounted on outdoor concrete bases and where conduits penetrate building foundations, extend steel conduit horizontally a minimum of 60 inches from edge of foundation or equipment base. Install insulated grounding bushings on terminations at equipment. 4. Underground Warning Tape: Comply with requirements in Section 26 05 53 "Identification for Electrical Systems." 3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS 260533 - 8 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch above finished grade. D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables but short enough to preserve adequate working clearances in enclosure. E. Field-cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut, Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. 3.5 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. 3.6 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 260533 RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS 260533 - 9 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfherg Alvarez& Partners SECTION 260543- UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 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. Direct-buried conduit, ducts, and duct accessories. 2. Handholes and boxes. 1.3 DEFINITIONS A. Trafficways: Locations where vehicular or pedestrian traffic is a normal course of events. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include duct-bank materials, including separators and miscellaneous components. 2. Include ducts and conduits and their accessories, including elbows, end bells, bends, fittings, and solvent cement. 3. Include accessories for manholes, handholes, boxes 4. Include warning tape. 5. Include warning planks. B. Shop Drawings: 1. Precast or Factory-Fabricated Underground Utility Structures: a. Include plans, elevations, sections, details, attachments to other work, and accessories. b. Include duct entry provisions, including locations and duct sizes. 1,5 INFORMATIONAL SUBMITTALS A. Duct-Bank Coordination Drawings: Show duct profiles and coordination with other utilities and underground structures. 1. Include plans and sections, drawn to scale, and show bends and locations of expansion fittings. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 260543- 1 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners B. Product Certificates: For concrete and steel used in precast concretehandholes, as required by ASTM C 858. C. Qualification Data: For professional engineer and testing agency responsible for testing nonconcrete handholes and boxes. D. Source quality-control reports. E. Field quality-control reports. 1.6 FIELD CONDITIONS A. Ground Water: Assume ground-water level is at grade level unless a lower water table is noted on Drawings. PART 2 - PRODUCTS 2.1 GENERAL REQUIREMENTS FOR DUCTS AND RACEWAYS A. Comply with ANSI 02. 2.2 CONDUIT A. Rigid Steel Conduit: Galvanized. Comply with ANSI C80.1. e. RNC: NEMA TC 2, Type EPC-40-PVC UL 651, with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 5143. 2.3 NONMETALLIC DUCTS AND DUCT ACCESSORIES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following 1. ARNDO Cor_. 2. Essei< 1,,0_,,,_.:'rr7.. 3. C ^ =e Inc. 4. Cs-pH-re-se Coco-seer. 5. Cordes rn:er-s crel. Ho. 6. =ecRssh 8. IFEX to. 9. Lamson & Sessions Carlon Electrical Products. 10. S_ e_-..'FC Ce'pHe Svs'e^3 Ho. B. Underground Plastic Utilities Duct: NEMA TC 2, UL 651, ASTM F 512, Type EPC-40, with matching fittings complying with NEMA TC 3 by same manufacturer as the duct. C. Duct Accessories: UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 260543 -2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 1. Duct Separators: Factory-fabricated rigid PVC interlocking spacers, sized for type and size of ducts with which used, and selected to provide minimum duct spacing indicated while supporting ducts during concreting or backfilling. 2. Warning Tape: Underground-line warning tape specified in Section 260553 "Identification for Electrical Systems." 3. Concrete Warning Planks: Nominal 12 by 24 by 3r3O0 by cO0 by 75 cm) in size, manufactured from 6CC0-_si(-1,.'Pa)concrete. a. Color: Red dye added to concrete during batching. b. Mark each plank with "ELECTRIC" in inch (5C--cm-) high, 312-noh (15-mm.-) deep letters. 2.4 PRECAST CONCRETE HANDHOLES AND BOXES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following 1. C'-'<r C-r-r_e P--d;-'_ 2. E Cc. 3. OH_; F-eces.G.-,r-, 4. Pjrker 5. Five-:r Ocr _ _ P-727:ucs. 6. J.:_..r C-rcre-.= o ___, sL'_C. 7. iJ.a,_,V=U-Co. 8. liVaOr.3.O Ti'eI B. Comply with ASTM C 858 for design and manufacturing processes. C. Description: Factory-fabricated, reinforced-concrete, monolithically poured walls and bottom unless open-bottom enclosures are indicated. Frame and cover shall form top of enclosure and shall have load rating consistent with that of handhole or box. 1. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 2. Cover Legend: Molded lettering, As indicated for each service.<Insert legend> 3. Configuration: Units shall be designed for flush burial and have open bottom unless otherwise indicated. 4. Extensions and Slabs: Designed to mate with bottom of enclosure. Same material as enclosure. a. Extension shall provide increased depth of 12 inches (300 mm) <Insert dimension>. b. Slab: Same dimensions as bottom of enclosure, and arranged to provide closure. 5. Joint Sealant: Asphaltic-butyl material with adhesion, cohesion, flexibility, and durability properties necessary to withstand maximum hydrostatic pressures at the installation location with the ground-water level at grade. 6. Windows: Precast openings in walls, arranged to match dimensions and elevations of approaching ducts and duct banks, plus an additional 12 inches (200 mm)vertically and horizontally to accommodate alignment variations. a. Windows shall be located no less than 6 inches(150 mm)from interior surfaces of walls, floors, or frames and covers of handholes, but close enough to corners to facilitate racking of cables on walls. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 260543-3 Flamingo Park-Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners b. Window opening shall have cast-in-place, welded-wire fabric reinforcement for field cutting and bending to tie in to concrete envelopes of duct banks. c. Window openings shall be framed with at least two additional No. 3 steel reinforcing bars in concrete around each opening. 7. Duct Entrances in Handhole Walls: Cast end-bell or duct-terminating fitting in wall for each entering duct. a. Type and size shall match fittings to duct or conduit to be terminated. b. Fittings shall align with elevations of approaching ducts and be located near interior corners of handholes to facilitate racking of cable. 8. Handholes 12 inches wide by 24 inches long (300 mm wide by 600 mm long) <lnsert dimensions> and larger shall have inserts for cable racks and pulling-in irons installed before concrete is poured. 2.5 SOURCE QUALITY CONTROL A. Test and inspect precast concrete utility structures according to ASTM C 1037. B. Nonconcrete Handhole and Pull-Box Prototype Test: Test prototypes of manholes and boxes for compliance with SCTE 77. Strength tests shall be for specified ter ratings of products supplied. 1. Tests of materials shall be performed by an independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent testing agency or manufacturer. A qualified registered professional engineer shall certify tests by manufacturer. 3. Testing machine pressure gages shall have current calibration certification, complying with ISO 9000 and ISO 10012, and traceable to NIST standards. PART 3 - EXECUTION 3.1 PREPARATION A. Coordinate layout and installation of ducts, manholes, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. Notify Architect if there is a conflict between areas of excavation and existing structures or archaeological sites to remain. B. Coordinate elevations of ducts and duct-bank entrances into manholes, handholes, and boxes with final locations and profiles of ducts and duct banks, as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations as required to suit field conditions and to ensure that duct runs drain to manholes and handholes, and as approved by Architect. C. Clear and grub vegetation to be removed, and protect vegetation to remain according to Section 311000 "Site Clearing." Remove and stockpile topsoil for reapplication according to Section 311000 "Site Clearing." UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 260543-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners 32 UNDERGROUND DUCT APPLICATION A. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC-40-PVC, in direct-buried duct bank unless otherwise indicated. B. Ducts for Electrical Branch Circuits: RNC, NEMA Type EPC-40-PVC, in direct-buried duct bank unless otherwise indicated. C. Underground Ducts Crossing Paved Paths and Driveways RNC, NEMA Type EPC-40-PVC, encased in reinforced concrete. 3.3 UNDERGROUND ENCLOSURE APPLICATION A. Handholes and Boxes for 600 V and Less: 1. Units in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Precast concrete, AASHTO HB 17, H-10structural load rating. 2. Cover design load shall not exceed the design load of the hand hole or box. 3.4 EARTHWORK A. Excavation and Backfill: do not use heavy-duty, hydraulic-operated, compaction equipment. B. Restore surface features at areas disturbed by excavation, and re-establish original grades unless otherwise indicated. Replace removed sod immediately after backfilling is completed. C. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming. seeding, sodding, sprigging, and mulching. D. Cut and patch existing pavement in the path o'underground ducts and utility structures. 3.5 DUCT INSTALLATION A. Install ducts according to NEMA TCB 2. B. Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in runs between two manholes, to drain in both directions. C. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured long sweep bends with a minimum radius of [43 inches (1200 mr:)] [12.5 feet (4 m)] [25 feet (7.5 n)], both horizontally and vertically, at other locations unless otherwise indicated. D. Joints: Use solvent-cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. E. Sealing: Provide temporary closure at term:nations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig (1.03-,StPa)hydrostatic pressure. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 260543-5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez & Partners F. Pulling Cord: Install ICC-It f-(445-n-)test nylon cord in empty ducts. G. D'rect-Buried Duct Banks: 1. Excavate trench bottom to provide firm and uniform support for duct bank. Comply with requirements in Section 312000 "Earth Moving" for preparation of trench bottoms for pipes less than 6 inches(150 -)in nominal diameter. 2. Support ducts on duct separators coordinated with duct size, duct spacing, and outdoor temperature. 3. Space separators close enough to prevent sagging and deforming of ducts, with not less than four spacers per 20 feet (6 m) of duct. Secure separators to earth and to ducts to prevent displacement during backfill and yet permit linear duct movement due to expansion and contraction as temperature changes. Stagger spacers approximately 6 inches(:50 nm)between tiers. 4. Depth: Install top of duct bank at least 3'o ());CO mm) below finished grade unless otherwise indicated. 5. Set elevation of bottom of duct bank below frost line. 6. Install ducts with a minimum of 3 inches (75 mm) between ducts for like services and 6 inches(150 n,—.)between power and signal ducts. 7. Elbows: Install manufactured duct elbows for stub-ups at poles and equipment, at building entrances through floor, and at changes of direction in duct run unless otherwise indicated. Encase elbows for stub-up ducts throughout length of elbow. 8. Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment, at building entrances through floor, and at changes of direction in duct run. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches(75 mm)of concrete. b. For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 m, :a) from edge of equipment pad or ' foundat on. Install insulated grounding bushings on terminations at equipment. 9. After installing first tier of ducts, backfill and compact. Start at tie-in point and work toward end of duct run, leaving ducts at end of run free to move with expansion and contraction as temperature changes during this process. Repeat procedure after placing each tier. After placing last tier, hand place backfill to 4 inches (100 mm)over ducts and hand tamp. Firmly tamp backfill around ducts to provide maximum supporting strength. Use hand tamper only. After placing controlled backfill over final tier, make final duct connections at end of run and complete backfilling with normal compaction. Comply with requirements in Section 312000 "Earth Moving"for installation of backfill materials. a. Place minimum 3 inches (75 m.m)of sand as a bed for duct bank. Place sand to a minimum of 6 inches(150 ram)above top level of duct bank. b. Place minimum 6 inches (150 m. of engineered fill above concrete encasement of duct bank. H. Warning Tape: Bury warning tape approximately 12 inches (300 .r.m) above all concrete- encased ducts and duct banks. Align tape parallel to and within 3 inches (75 ram)of centerline of duct bank. Provide an additional warning tape for each 12-inch (300-6-n)increment of duct- bank width over a nominal 18 inches (460 mm..). Space additional tapes 12 inches (300 mm) apart, horizontally. 3.6 INSTALLATION OF CONCRETE MANHOLES, HANDHOLES, AND BOXES A. Precast Concrete Handhole and Manhole Installation: UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 260543-6 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 1. Comply with ASTM C 891 unless otherwise indicated. 2. Install units level and plumb and with orientation and depth coordinated with connecting ducts, to minimize bends and deflections required for proper entrances. 3. Unless othervise indicated, support units on a level bed of crushed stone or gravel, graded from 1-inch (2 m) sieve to No. c „r,.,. sieve and compacted to same density as adjacent undisturbed earth. B. Elevations: 1. Handhole Covers. In paved areas and trafficways, set surface flush with finished grade. Set covers of other handholes 1 inch(25.-.,-)above finished grade. 2. Where indicated, cast handhole cover frame integrally with handhole structure. C. Drainage: Install drains in bottom of manholes where indicated. Coordinate with drainage provisions indicated. 3.7 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare test reports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. 3.8 CLEANING A. Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. • END OF SECTION 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 260543 -7 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners SECTION 260553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS 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. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels, including arc-flash warning labels. 8. Miscellaneous identification products. 1.3 ACTION SUBMITTALS A. Product Data For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for electrical identification products. B. Samples: For each type of label and sign to illustrate composition, size, colors, lettering style, mounting provisions, and graphic features of identification products. C. Identification Schedule: For each piece of electrical equipment and electrical system components to be an index of nomenclature for electrical equipment and system components used in identification signs and labels. Use same designations indicated on Drawings. D. Delegated-Design Submittal: For arc-flash hazard study. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Comply with NFPA 70. B. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. C. Comply with ANSI Z535.4 for safety signs and labels. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners D. Adhesive-attached labe:ing materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply wIth UL 969. E. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes. 1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. 2.2 COLOR AND LEGEND REQUIREMENTS A. Raceways and Cables Carrying Circuits at 600 V or Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type. B. Raceways and Cables Carrying Circuits at More Than 600 V: 1. Black letters on an orange field. 2. Legend: "DANGER -CONCEALED HIGH VOLTAGE WIRING." C. Warning labels and signs shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER-ELECTRICALSHOCKHAZARD- EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING -OSHA REGULATION -AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." • 2.3 LABELS • A. Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted,flexible labels laminated with a clear,weather-and chemical-resistant coating and matching wraparound clear adhesive tape for securing label ends. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Champion America. c. emedco. d. Grafoplast Wire Markers. e. HellermannTyton. f. LEM Products Inc. g. Marking Services, Inc. h. Panduit Corp. i. Seton Identification Products. B. Snap-Around Labels for Raceways and Cables Carrying Circuits at 600 V or Less: Slit, pretensioned,flexible, preprinted,color-coded acrylic sleeves,with diameters sized to suit diameters of raceways they identify, and that stay in place by gripping action. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553- 2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners a. Brady Corporation. b. HellermannTyton. c. Marking Services, Inc. d. Panduit Corp. e. Seton Identification Products. C. Self-Adhesive Labels: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. A'n D Cable Products. b. Brady Corporation. c. Brother International Corporation. d. emedco. e. Grafoplast Wire Markers. f. Ideal Industries, Inc. O. LEM Products Inc. h. Marking Services, Inc. i. Panduit Corp. j. Seton Identification Products. 2. Preprinted, 3-mil-thick, polyesterflexible label with acrylic pressure-sensitive adhesive. a. Self-Lamination: Clear: UV-, weather-and chemical-resistant; self-laminating, protective shield over the legend. Labels sized to fit the raceway diameter, such that the clear shield overlaps the entire printed legend. 3. Marker for Tags: Permanent,waterproof, black ink marker recommended by tag manufacturer. 2,4 BANDS AND TUBES: A. Heat-Shrink Preprinted Tubes: Flame-retardant polyolefin tubes with machine-printed identification labels, sized to suit diameters of and shrunk to fit firmly around cables they identify. Full shrink recovery occurs at a maximum of 200 deg F. Comply with UL 224. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a Brady Corporation. b. Panduit Corp. 2.5 TAPES AND STENCILS: A. Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transferor equivalent process. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlton Industries, LP. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-3 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners b. Champion America. c. HellermannTyton. d. Ideal Industries, Inc. e. Marking Services, Inc. f. Panduit Corp. B. Self-Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; not less than 3 mils thick by 1 to 2 inches wide; compounded for outdoor use. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Carlton Industries, LP. c. emedco. d. Marking Services, Inc. C. Tape and Stencil for Raceways Carrying Circuits 600 V or Less: 4-inch-wide black stripes on 10-inch centers placed diagonally over orange background that extends full length of raceway or duct and is 12 inches wide. Stop stripes at legends. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. HellermannTyton. b. LEM Products Inc. c. Marking Services, Inc. d. Seton Identification Products. D. Floor Marking Tape:2-inch-wide, 5-mil pressure-sensitive vinyl tape, with yellow and black stripes and clear vinyl overlay. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlton Industries, LP. b. Seton Identification Products. E. Underground-Line Warning Tape 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Ideal Industries, Inc. c. LEM Products Inc. d. Marking Services, Inc. e. Reef Industries, Inc. f. Seton Identification Products. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 2. Tape: a. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications utility lines. b. Printing on tape shall be permanent and shall not be damaged by burial operations. c. Tape material and ink shall be chemically inert and not subject to degradation when exposed to acids, alkalis, and other destructive substances commonly found in soils. 3. Color and Printing: a. Comply with ANSI Z535.1, ANSI Z535.2, ANSI Z535.3, ANSI Z535.4, and ANSI Z535.5. b. Inscriptions for Red-Colored Tapes: "ELECTRIC LINE, HIGH VOLTAGE". c. Inscriptions for Orange-Colored Tapes: "TELEPHONE CABLE, CATV CABLE, COMMUNICATIONS CABLE, OPTICAL FIBER CABLE". 4. Tag: Type l: a. Pigmented polyolefin, bright colored, continuous-printed on one side with the inscription of the utility, compounded for direct-burial service. b. Width: 3 inches. c. Thickness: 4 mils. d. Weight: 18.5 lb/1000 sq. ft. e. Tensile according to ASTM D 882: 30 lbf and 2500 psi. 5. Tag: Type IID: a. Reinforced, detectable three-layer laminate, consisting of a printed pigmented woven scrim, a solid aluminum-foil core, and a clear protective film that allows inspection of the continuity of the conductive core; bright-colored, continuous- printed on one side with the inscription of the utility, compounded for direct-burial service. b. Width: 3 inches. c. Overall Thickness: 8 mils. d. Foil Core Thickness: 0.35 mil. e. Weight: 34lb/1000 sq. ft. f. Tensile according to ASTM D 882:300 lbf and 12,500 psi. F. Stenciled Legend: In nonfading, waterproof, black ink or paint. Minimum letter height shall be 1 inch. 2.6 TAGS A. Nonmetallic Preprinted Tags: Polyethylene tags, 0.023 inch thick, color-coded for phase and voltage level,with factory printed permanent designations; punched for use with self-locking cable tie fastener. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553- 5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 25010.00 Wolfberg Alvarez&Partners b. Carlton Industries, LP. c. emedco. d. Grafoplast Wire Markers. e. LEM Products Inc. Marking Services, Inc. g. Panduit Corp. h. Seton Identification Products. 2.7 SIGNS A. Baked-Enamel Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal Size: 7 by 10 inches. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlton Industries, LP. b. Champion America. c. emedco. d. Marking Services, Inc. B. Metal-Backed Butyrate Signs: 1. Weather-resistant, nonfading, preprinted, cellulose-acetate butyrate signs, with 0.0396- ' inch galvanized-steel backing and with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal Size: 10 by 14 inches. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Champion America. c. emedco. d. Marking Services, Inc. C. Laminated Acrylic or Melamine Plastic Signs: 1. Engraved legend. 2. Thickness: a. For signs up to 20 sq. inches, minimum 1/16-inch-. b. For signs larger than 20 sq. inches, 1/8 inch thick. c. Engraved legend with black letters on white face. d. Punched or drilled for mechanical fasteners. e. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-6 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 3. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Carlton Industries, LP. c. emedco. d. Marking Services, Inc. 2.8 CABLE TIES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. HellermannTyton. 2. Ideal Industries, Inc. 3. Marking Services, Inc. 4. Panduit Corp. B. General-Purpose Cable Ties: Fungus inert, self-extinguishing, one piece, self-locking, Type 6/6 nylon. 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F according to ASTM D 638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black, except where used for color-coding. C. UV-Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self-extinguishing, one piece, self-locking, Type 6/6 nylon. 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F according to ASTM 0 638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black. 2.9 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Paint: Comply with requirements in painting Sections for paint materials and application requirements. Retain paint system applicable for surface material and location (exterior or interior). B. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers. PART 3-EXECUTION 3.1 PREPARATION A. Self-Adhesive Identification Products: Before applying electrical identification products, clean substrates of substances that could impair bond, using materials and methods recommended by manufacturer of identification product. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553- 7 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 3.2 INSTALLATION A. Verify and coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. Use consistent designations throughout Project. B. Install identifying devices before installing acoustical ceilings and similar concealment. C. Verify identity of each item before installing idenlifcation products. D. Instail identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. Install access doors or panels to provide view of identifying devices. E. Apply identification devices to surfaces that require finish after completing finish work. F. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate. G. Attach plastic raceway and cable labels that are not self-adhesive type with clear vinyl tape, with adhesive appropriate to the location and substrate. H. Cable Ties: For attaching tags. Use general-purpose type, except as listed below: 1. Outdoors: UV-stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated. I. Painted Identification: Comply with requirements in painting Sections for surface preparation and paint application. J. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. K. System Identification Color-Coding Bands for Raceways and Cables: Each color-coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction,at penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas. L. During backfilling of trenches, install continuous underground-line warning tape directly above cable or raceway at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 -8 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 3.3 IDENTIFICATION SCHEDULE A. Concealed Raceways, Duct Banks, More Than 600 V, within Buildings:Tape and stencil 4-inch- wide black stripes on 10-inch centers over orange background that extends full length of raceway or duct and is 12 inches wide. Stencil legend "DANGER CONCEALED HIGH VOLTAGE WIRING"with 3-inch-high black leaers on 20-inch centers. Stop stripes at legends. Apply stripes to the following finished surfaces: 1. Floor surface directly above conduits running beneath and within 12 inches of a floor that is in contact with earth or is framed above unexcavated space. 2. Wall surfaces directly external to raceways concealed within wall. 3. Accessible surfaces of concrete envelope around raceways in vertical shafts, exposed in the building. or concealed above suspended ceilings. B. Accessible Raceways, Armored and Metal-Clad Cables, More Than 600 V: Self-adhesive vinyl labels. Install labels at 10-foot maximum intervals. C. Accessible Raceways and Metal-Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits, More Than 30 A and 120 V to Ground: Identify with self-adhesive vinyl label. Install labels at 10-foot maximum intervals. D. Accessble Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive vinyl labels containing the wiring system legend and system voltage. System legends shall be as follows: 1. "EMERGENCY POWER." 2. "UPS." 3. "480V POWER". 4. "208/120V POWER." E. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color-coding conductor tape to identify the phase. 1. Color-Coding for Phase-and Voltage-Level Identification, 600 V or Less: Use colors listed below for ungrounded service feeder and branch-circuit conductors. a. Color shall be factory applied or field applied for sizes larger than No. 8 AWG if authorities having jurisdiction permit. b. Colors for 208/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. c. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. d. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last Dao turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 -9 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners F. Power-Circuit Conductor Identification, More Than 600 V: For conductors in vaults, pull and junction boxes, manholes, and handholes, use nonmetallic preprinted tags colored and marked to indicate phase, and a separate tag with the circuit designation. G. Install instructional sign, including the color code for grounded and ungrounded conductors using adhesive-film-type labels. H. Control-Circuit Conductor Identification: For conductors and cables in pull and junction boxes, manholes, and handholes, use self-adhesive, self-laminating polyester labels with the conductor or cable designation, origin, and destination. I. Control-Circuit Conductor Termination Identification: For identification at terminations, provide self-adhesive, self-laminating polyester labels with the conductor designation. J. Conductors To Be Extended in the Future: Attach marker tape to conductors and list source. K. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, control, and signal connections. 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker-tape designations that is uniform and consistent with system used by manufacturer for factory-installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. L. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical-fiber cable. 1. Limit use of underground-line warning tape to direct-buried cables. 2. Install underground-line warning tape for direct-buried cables and cables in raceways. M. Workspace Indication: Install floor marking tape to show working clearances in the direction of access to live parts. Workspace shall comply with NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush-mounted panelboards and similar equipment in finished spaces. N. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 0. Arc Flash Warning Labeling: Self-adhesive thermal transfer vinyl labels. 1. Comply with NFPA 70E and ANSI Z535.4. 2. Comply with Section 26 05 74"Overcurrent Protective Device Arc-Flash Study" requirements for arc-flash warning labels. P. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 10 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez & Partners O. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and operation and maintenance manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm unless equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: Self-adhesive label. Unless otherwise indicated, provide a single line of text with 1/2-inch-high letters on 1-112-inch-high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label c. Unless labels are provided with self-adhesive means of attachment, fasten them with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment To Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelbeard identification shall be in the form of a self- adhesive, engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. c. Access doors and panels for concealed electrical items. d. Remote-controlled switches, dimmer modules, and control devices. e. Monitoring and control equipment. END OF SECTION 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 11 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners SECTION 260572-OVERCURRENT PROTECTIVE DEVICE SHORT-CIRCUIT STUDY 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 a computer-based, fault-current study to determine the minimum interrupting capacity of circuit protective devices. 1.3 DEFINITIONS A. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. B. One-Line Diagram:A diagram which shows, by means of single lines and graphic symbols, the course of an electric circuit or system of circuits and the component devices or parts used therein. C. Protective Device:A device that senses when an abnormal current flow exists and then removes the affected portion from the system. D. SCCR. Short-circuit current rating. E. Service:The conductors and equipment for delivering electric energy from the serving utility to the wiring system of the premises served. 1.4 ACTION SUBMITTALS A. Product Data: For computer software program to be used for studies. B. Other Action Submittals: Submit the following after the approval of system protective devices submittals. Submittals shall be in digital form. 1. Short-circuit study input data, including completed computer program input data sheets. OVERCURRENT PROTECTIVE DEVICE SHORT-CIRCUIT STUDY 260572- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners 2. Short-circuit study and equipment evaluation report signed, dated, and sealed by a qualified professional engineer. a. Submit study report for action prior to receiving final approval of the distribution equipment submittals. If formal completion of studies will cause delay in equipment manufacturing, obtain approval from Architect for preliminary submittal of sufficient study data to ensure that the selection of devices and associated characteristics is satisfactory. b. Revised single-line diagram, reflecting field investigation results and results of short-circuit study. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Short-Circuit Study Specialist. B. Product Certificates: For short-circuit study software, certifying compliance with IEEE 399. 1.6 QUALITY ASSURANCE A. Studies shall use computer programs that are distributed nationally and are in wide use. Software algorithms shall comply with requirements of standards and guides specified in this Section. Manual calculations are unacceptable. B. Short-Circuit Study Software Developer Qualifications: An entity that owns and markets computer software used for studies, having performed successful studies of similar magnitude on electrical distribution systems using similar devices. 1. The computer program shall be developed under the charge of a licensed professional engineer who holds IEEE Computer Society's Certified Software Development Professional certification. C. Short-Circuit Study Specialist Qualifications: Professional engineer in charge of performing the study and documenting recommendations, licensed in the state where Project is located. All elements of the study shall be performed under the direct supervision and control of this professional engineer. D. Field Adjusting Agency Qualifications: An independent agency,with the experience and capability to adjust overcurrent devices and to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory(NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. OVERCURRENT PROTECTIVE DEVICE SHORT-CIRCUIT STUDY 260572-2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners PART 2- PRODUCTS 2.1 COMPUTER SOFTWARE A. Manufacturers. Subject to compliance with requirements, provide products by one of the following: 1. CGI CYME. 2. EDSA Micro Corporation. 3. ESA Inc. 4. Operation Technology, Inc. 5. Power Analytics, Corporation. 6. SKM Systems Analysis, Inc. B. Comply with IEEE 399 and IEEE 551. C. Analytical features of fault-current-study computer software program shall have the capability to calculate"mandatory," "very desirable,"and "desirable"features as listed in IEEE 399. D. Computer software program shall be capable of plotting and diagramming time-current- characteristic curves as part of its output. 2.2 SHORT-CIRCUIT STUDY REPORT CONTENTS A. Executive summary. B. Study descriptions, purpose,basis,and scope. Include case descriptions, definition of terms, and guide for interpretation of the computer printout. C. One-line diagram, showing the following: 1. Protective device designations and ampere ratings. 2. Cable size and lengths. 3. Transformer kilovolt ampere(kVA)and voltage ratings. 4. Motor and generator designations and kVA ratings. 5. Switchgear, switchboard, motor-control center, and panelboard designations. D. Comments and recommendations for system improvements,where needed. E. Protective Device Evaluation: 1. Evaluate equipment and protective devices and compare to short-circuit ratings. 2. Tabulations of circuit breaker,fuse, and other protective device ratings versus calculated short-circuit duties. 3. For 600-V overcurrent protective devices, ensure that interrupting ratings are equal to or higher than calculated 1/2-cycle symmetrical fault current. 4. For devices and equipment rated for asymmetrical fault current, apply multiplication factors listed in the standards to 1/2-cycle symmetrical fault current. 5. Verify adequacy of phase conductors at maximum three-phase bolted fault currents; verify adequacy of equipment grounding conductors and grounding electrode conductors at maximum ground-fault currents. Ensure that short-circuit withstand ratings are equal to or higher than calculated 1/2-cycle symmetrical fault current. OVERCURRENT PROTECTIVE DEVICE SHORT-CIRCUIT STUDY 260572- 3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners F. Short-Circuit Study Input Data:As described in "Power System Data'Article in the Evaluations. G. Short-Circuit Study Output: 1. Low-Voltage Fault Report: Three-phase and unbalanced fault calculations, showing the following for each overcurrent device location: a. Voltage. b. Calculated fault-current magnitude and angle. c. Fault-point X/R ratio, d. Equivalent impedance. 2. Momentary Duty Report: Three-phase and unbalanced fault calculations, showing the following for each overcurrent device location: a Voltage. b. Calculated symmetrical fault-current magnitude and angle. c. Fault-point X/R ratio. d. Calculated asymmetrical fault currents: 1) Based on fault-point X/R ratio. 2) Based on calculated symmetrical value multiplied by 1.6. 3) Based on calculated symmetrical value multiplied by 2.7, 3. Interrupting Duty Report: Three-phase and unbalanced fault calculations, showing the following for each overcurrent device location: a. Voltage. b. Calculated symmetrical fault-current magnitude and angle. c. Fault-point X/R ratio. • d. No AC Decrement(NACD)ratio. e. Equivalent impedance. f. Multiplying factors for 2-, 3-, 5-, and 8-cycle circuit breakers rated on a symmetrical basis. g. Multiplying factors for 2-, 3-, 5-, and 8-cycle circuit breakers rated on a total basis. PART 3- EXECUTION 3.1 EXAMINATION A. Obtain all data necessary for the conduct of the study. 1. Verify completeness of data supplied on the one-line diagram. Call any discrepancies to the attention of Architect. 2. For equipment provided that is Work of this Project, use characteristics submitted under the provisions of action submittals and information submittals for this Project. B. Gather and tabulate the following input data to support the short-circuit study. Comply with recommendations in IEEE 551 as to the amount of detail that is required to be acquired in the field. Field data gathering shall be under the direct supervision and control of the engineer in charge of performing the study, and shall be by the engineer or its representative who holds NETA ETT Level III certification or NICET Electrical Power Testing Level III certification. OVERCURRENT PROTECTIVE DEVICE SHORT-CIRCUIT STUDY 260572 -4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 1. Product Data for Project's overcurrent protective devices involved in overcurrent protective device coordination studies. Use equipment designation tags that are consistent with electrical distribution system diagrams, overcurrent protective device submittals, input and output data, and recommended device settings. 2. Obtain electrical power utility impedance at the service. 3. Power sources and ties. 4. For transformers, include kVA, primary and secondary voltages, connection type, impedance, X/R ratio, taps measured in percent, and phase shift. 5. For reactors, provide manufacturer and model designation, voltage rating. and impedance. 6. For circuit breakers and fuses, provide manufacturer and model designation. List type of breaker, type of trip, SCCR, current rating, and breaker settings. 7. Generator short-circuit current contribution data, including short-circuit reactance, rated kVA, rated voltage, and X/R ratio. 8. Busway manufacturer and model designation, current rating, impedance, lengths, and conductor material. 9. Motor horsepower and NEMA MG 1 code letter designation. 10. Cable sizes, lengths, number, conductor material and conduit material(magnetic or nonmagnetic). 3.2 SHORT-CIRCUIT STUDY A. Perform study following the general study procedures contained in IEEE 399. B. Calculate short-circuit currents according to IEEE 551. C. Base study on the device characteristics supplied by device manufacturer. D. The extent of the electrical power system to be studied is indicated on Drawings. E. Begin short-circuit current analysis at the service, extending down to the system overcurrent protective devices as follows: 1. To normal system low-voltage load buses where fault current is 10 kA or less. 2. Exclude equipment rated 240-V ac or less when supplied by a single transformer rated less than 125 kVA. F. Study electrical distribution system from normal and alternate power sources throughout electrical distribution system for Project. Study all cases of system-switching configurations and alternate operations that could result in maximum fault conditions. G. The calculations shall include the ac fault-current decay from induction motors, synchronous motors, and asynchronous generators and shall apply to low-and medium-voltage, three-phase ac systems.The calculations shall also account for the fault-current do decrement, to address the asymmetrical requirements of the interrupting equipment. 1. For grounded systems,provide a bolted line-to-ground fault-current study for areas as defined for the three-phase bolted fault short-circuit study. H. Calculate short-circuit momentary and interrupting duties for a three-phase bolted fault at each of the following: 1. Electric utility's supply termination point. OVERCURRENT PROTECTIVE DEVICE SHORT-CIRCUIT STUDY 260572-5 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners 2. Incoming switchgear. 3. Unit substation primary and secondary terminals. 4. Low-voltage switchgear. 5. Motor-control centers. o. Control panels. 7. Standby generators and automatic transfer switches. 8. Branch circuit panelboards. 9. Disconnect switches. 3.3 ADJUSTING A. Make minor modifications to equipment as required to accomplish compliance with short-circuit study. 3.4 DEMONSTRATION A. Train Owner's operating and maintenance personnel in the use of study results. END OF SECTION 260572 OVERCURRENT PROTECTIVE DEVICE SHORT-CIRCUIT STUDY 260572-6 Flamingo Park—Existing Handball Courts Renovations February 28,2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners SECTION 260574-OVERCURRENT PROTECTIVE DEVICE ARC-FLASH STUDY 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 SUM MARY A. Section includes a computer-based, arc-flash study to determine the arc-flash hazard distance and the incident energy to which personnel could be exposed during work on or near electrical equipment. 1.3 DEFINITIONS A. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. B. One-Line Diagram:A diagram which shows, by means of single lines and graphic symbols, the course of an electric circuit or system of circuits and the component devices or parts used therein. C. Protective Device,A device that senses when an abnormal current flow exists and then removes the affected portion from the system. D. SCCR: Short-circuit current rating. E. Service: The conductors and equipment for delivering electric energy from the serving utility to the wiring system of the premises served. 1.4 ACTION SUBMITTALS A. Product Data: For computer software program to be used for studies. B. Other Action Submittals: Submit the following submittals after the approval of system protective devices submittals. Submittals shall be in digital form. 1. Arc-flash study input data, including completed computer program input data sheets. 2. Arc-flash study report; signed, dated, and sealed by a qualified professional engineer. a. Submit study report for action prior to receiving final approval of the distribution equipment submittals. If formal completion of studies will cause delay in equipment manufacturing, obtain approval from Architect for preliminary submittal of sufficient study data to ensure that the selection of devices and associated characteristics is satisfactory. OVERCURRENT PROTECTIVE DEVICE ARC-FLASH STUDY 260574 - 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No, 28010.00 Wolfberg Alvarez& Partners 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data For Arc-Flash Study Specialist. B. Product Certificates: For arc-flash hazard analysis software, certifying compliance with IEEE 1584 and NFPA 70E. 1.6 CLOSEOUT SUBMITTALS A. Maintenance procedures according to requirements in NFPA 70E shall be provided in the equipment manuals. B. Operation and Maintenance Procedures: In addition to items specified in Section 01 78 23 "Operation and Maintenance Data,"provide maintenance procedures for use by Owner's personnel that comply with requirements in NFPA 70E. 1.7 QUALITY ASSURANCE A. Studies shall use computer programs that are distributed nationally and are in wide use. Software algorithms shall comply with requirements of standards and guides specified in this Section. Manual calculations are unacceptable. B. Arc-Flash Study Software Developer Qualifications: An entity that owns and markets computer software used for studies, having performed successful studies of similar magnitude on electrical distribution systems using similar devices. 1. The computer program shall be developed under the charge of a licensed professional engineer who holds IEEE Computer Society's Certified Software Development Professional certification, C. Arc-Flash Study Specialist Qualifications: Professional engineer in charge of performing the study, analyzing the arc flash, and documenting recommendations, licensed in the state where Project is located. Al elements of the study shall be performed under the direct supervision and control of this professional engineer. D. Field Adjusting Agency Qualifications: An independent agency, with the experience and capability to adjust overcurrent devices and to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory(NRTL)as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. PART 2 - PRODUCTS 2.1 COMPUTER SOFTWARE DEVELOPERS A. Software Developers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: OVERCURRENT PROTECTIVE DEVICE ARC-FLASH STUDY 260574 - 2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners a. CGI CYME. b. EDSA Micro Corporation. c. ESA Inc. d. Operation Technology, Inc. e. Power Analytics, Corporation. f. SKM Systems Analysis, Inc. B. Comply with IEEE 1584 and NEPA 70E. C. Analytical features of device coordination study computer software program shall have the capability to calculate "mandatory," "very desirable,"and "desirable"features as listed in IEEE 399. 2.2 ARC-FLASH STUDY REPORT CONTENT A. Executive summary. B. Study descriptions, purpose, basis and scope. C. One-line diagram, showing the following: 1. Protective device designations and ampere ratings. 2. Cable size and lengths. 3. Transformer kilovolt ampere(kVA)and voltage ratings. 4. Motor and generator designations and kVA ratings. 5. Switchgear, switchboard, motor-control center and panelboard designations. D. Study Input Data: As described in "Power System Data"Article. E. Short-Circuit Study Output: As specified in "Short Circuit Study Output"Paragraph in "Short- Circuit Study Report Contents"Article in Section 26 05 72 "Overcurrent Protective Device Short- Circuit Study." F. Protective Device Coordination Study Report Contents: As specified in "Protective Device Coordination Study Report Contents"Article in Section 26 05 73"Overcurrent Protective Device Coordination Study." G. Arc-Flash Study Output: 1. Interrupting Duty Report: Three-phase and unbalanced fault calculations, showing the following for each overcurrent device location: a. Voltage. b. Calculated symmetrical fault-current magnitude and angle. c. Fault-point X/R ratio. d. No AC Decrement(NACO) ratio. e. Equivalent impedance. f. Multiplying factors for 2-, 3-, 5-, and 8-cycle circuit breakers rated on a symmetrical basis. g. Multiplying factors for 2-, 3-, 5-, and 8-cycle circuit breakers rated on a total basis. H. Incident Energy and Flash Protection Boundary Calculations: OVERCURRENT PROTECTIVE DEVICE ARC-FLASH STUDY 260574 - 3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 1. Arcing fault magnitude. 2. Protective device clearing time. 3. Duration of arc. 4 Arc-flash boundary. 5. Working distance. 6. Incident energy. 7. Hazard risk category. 8. Recommendations for arc-flash energy reduction. I. Fault study input data, case descriptions, and fault-current calculations including a definition of terms and guide for interpretation of the computer printout. 2.3 ARC-FLASH WARNING LABELS A. Comply with requirements in Section 26 05 53 "Identification for Electrical Systems." Produce a 3.5-by-5-inch thermal transfer label of high-adhesion polyester for each work location included in the analysis. B. The label shall have an orange header with the wording, 'WARNING, ARC-FLASH HAZARD," and shall include the following information taken directly from the arc-flash hazard analysis: 1. Location designation. 2. Nominal voltage. 3. Flash protection boundary. 4. Hazard risk category. 5. Incident energy. 6. Working distance. 7. Engineering report number, revision number,and issue date. C. Labels shall be machine printed, with no field-applied markings. PART 3- EXECUTION 3.1 EXAMINATION A. Examine Project overcurrent protective device submittals. Proceed with arc-flash study only after relevant equipment submittals have been assembled. Overcurrent protective devices that have not been submitted and approved prior to arc-flash study may not be used in study. 3.2 ARC-FLASH HAZARD ANALYSIS A. Comply with NEPA 70E and its Annex D for hazard analysis study. B. Preparatory Studies: 1. Short-Circuit Study Output: As specified in "Short-Circuit Study Output" Paragraph in "Short-Circuit Study Report Contents"Article in Section 26 05 72 "Overcurrent Protective Device Short-Circuit Study." OVERCURRENT PROTECTIVE DEVICE ARC-FLASH STUDY 260574 - 4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 2. Protective Device Coordination Study Report Contents:As specified in "Protective Device Coordination Study Report Contents'Article in Section 26 05 73'Overcurrent Protective Device Coordination Study." C. Calculate maximum and minimum contributions of fault-current size. 1. The minimum calculation shall assume that the utility contribution is at a minimum and shall assume no motor load. 2. The maximum calculation shall assume a maximum contribution from the utility and shall assume motors to be operating under full-load conditions. D. Calculate the arc-flash protection boundary and incident energy at locations in the electrical distribution system where personnel could perform work on energized parts. E. Include medium-and low-voltage equipment locations, except equipment rated 240-V ac or less fed from transformers less than 125 kVA. F. Safe working distances shall be specified for calculated fault locations based on the calculated arc-flash boundary, considering incident energy of 1.2 calisq.cm. G. Incident energy calculations shall consider the accumulation of energy over time when performing arc-flash calculations on buses with multiple sources. Iterative calculations shall take into account the changing current contributions, as the sources are interrupted or decremented with time. Fault contribution from motors and generators shall be decremented as follows: 1. Fault contribution from induction motors should not be considered beyond three to five cycles. 2. Fault contribution from synchronous motors and generators should be decayed to match the actual decrement of each as closely as possible (e.g., contributions from permanent magnet generators will typically decay from 10 per unit to three per unit after 10 cycles). H. Arc-flash computation shall include both line and load side of a circuit breaker as follows: 1. When the circuit breaker is in a separate enclosure. 2. When the line terminals of the circuit breaker are separate from the work location. I. Base arc-flash calculations on actual overcurrent protective device clearing time. Cap maximum clearing time at two seconds based on IEEE 1584, Section B.1.2. 3.3 POWER SYSTEM DATA A. Obtain all data necessary for the conduct of the arc-flash hazard analysis. 1. Verify completeness of data supplied on the one-line diagram on Drawings and under "Preparatory Studies" Paragraph in "Arc-Flash Hazard Analysis"Article. Call discrepancies to the attention of Architect. 2. For new equipment, use characteristics submitted under the provisions of action submittals and information submittals for this Project. 3. For existing equipment, whether or not relocated, obtain required electrical distribution system data by field investigation and surveys, conducted by qualified technicians and engineers. OVERCURRENT PROTECTIVE DEVICE ARC-FLASH STUDY 260574 - 5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners B. Electrical Survey Data: Gather and tabulate the following input data to support study. Comply with recommendations in IEEE 1584 and NFPA 70E as to the amount of detail that is required to be acquired in the field. Field data gathering shall be under the direct supervision and control of the engineer in charge of performing the study, and shall be by the engineer or its representative who holds NETA ETT Level III certification or NICET Electrical Power Testing Level III certification. 1. Product Data for overcurrent protective devices specified in other Sections and involved in overcurrent protective device coordination studies. Use equipment designation tags that are consistent with electrical distribution system diagrams, overcurrent protective device submittals, input and output data, and recommended device settings. 2. Obtain electrical power utility impedance at the service. 3. Power sources and ties. 4. Short-circuit current at each system bus, three phase and line-to-ground. 5. Full-load current of all loads. 6. Voltage level at each bus. 7. For transformers, include kVA, primary and secondary voltages,connection type, impedance, X/R ratio, taps measured in per cent, and phase shift. 8. For reactors, provide manufacturer and model designation, voltage rating and impedance. 9. For circuit breakers and fuses, provide manufacturer and model designation. List type of breaker, type of trip and available range of settings, SCCR, current rating, and breaker settings. 10. Generator short-circuit current contribution data, including short-circuit reactance, rated kVA, rated voltage, and X'S ratio. 11. For relays, provide manufacturer and model designation, current transformer ratios, potential transformer ratios, and relay settings. 12. Busway manufacturer and model designation, current rating, impedance, lengths, and conductor material. 13. Motor horsepower and NEMA MG 1 code letter designation. 14. Low-voltage cable sizes, lengths, number, conductor material and conduit material (magnetic or nonmagnetic). 15. Medium-voltage cable sizes, lengths, conductor material, and cable construction and metallic shield performance parameters. 3.4 LABELING A. Apply one arc-flash label for 600-V ac, 480-V ac, and applicable 208-V ac panelboards and disconnects and for each of the following locations: 1. Motor-control center. 2. Low-voltage switchboard. 3. Switchgear. 4. Medium-voltage switch. 5. Control panel. 3.5 APPLICATION OF WARNING LABELS A. Install the arc-fault warning labels under the direct supervision and control of the Arc-Flash Study Specialist. OVERCURRENT PROTECTIVE DEVICE ARC-FLASH STUDY 260574 - 6 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 3 DEMONSTRATION A. Engage the Arc-Flash Study Specialist to train Owner's maintenance personnel in the potential arc-flash hazards associated with working on energized equipment and the significance of the arc-flash warning labels. END OF SECTION 260574 OVERCURRENT PROTECTIVE DEVICE ARC-FLASH STUDY 260574 - 7 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners SECTION 262416- PANELBOARDS 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. Lighting and appliance branch-circuit panelboards. 1,3 DEFINITIONS A. ATS: Acceptance testing specification. B. GFCI: Ground-fault circuit interrupter. C. GFEP: Ground-fault equipment protection. D. HID: High-intensity discharge. - E. kICCB: Molded-case circuit breaker. F. SPD: Surge protective device. G. VPR: Voltage protection rating. 1.4 ACTION SUBMITTALS A. Product Data: For each type of panelboard. 1. Include materials, switching and overcurrent protective devices, SPDs, accessories, and components indicated. 2. Include dimensions and manufacturers'technical data on features, performance, electrical characteristics, ratings, and finishes. 1.5 INFORMATIONAL SUBMITTALS A. Panelboard Schedules: For installation in panelboards. Submit final versions after load balancing. PAN ELBOARDS 262416- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project Na. 28010.00 Wolfberg Alvarez &Partners 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys: Two spares for each type of panelboard cabinet lack. 1.7 QUALITY ASSURANCE A. Manufacturer Qualifications: ISO 9001 or 9002 certified. 1.8 DELIVERY, STORAGE, AND HANDLING A. Remove loose packing and flammable materials from inside panelboards; install temporary electric heating (250 W per panelboard) to prevent condensation. B. Handle and prepare panelboards for installation according to NEMA PB 1. 1.9 FIELD CONDITIONS A. Service Conditions: NEMA PB 1, usual service conditions, as follows: 1, Ambient temperatures within limits specified. 2. Altitude not exceeding 6600 feet. B. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than two days in advance of proposed interruption of electric service. 2. Do not proceed with interruption of electric service without Owner's written permission. 3. Comply with NFPA 70E. 1.10 WARRANTY A. Manufacturer's Warranty: Manufacturer agrees to repair or replace panelboards that fail in materials or workmanship within specified warranty period. 1. Panelboard Warranty Period: 18 months from date of Substantial Completion. B. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace SPD that fails in materials or workmanship within specified warranty period. 1. SPD Warranty Period: Five years from date of Substantial Completion. PANELBOARDS 262416-2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners PART 2 - PRODUCTS 2.1 PANELBOARDS COMMON REQUIREMENTS A. Fabricate and test panelboards according to IEEE 344 to withstand seismic forces defined in Section 26 05 48.16 "Seismic Controls for Electrical Systems." B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. C. 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. D. Comply with NEMA PB 1. E. Comply with NFPA 70. F. Enclosures: Surface-mounted, dead-front cabinets. 1. Rated for environmental conditions at installed location. a. Indoor Dry and Clean Locations: NEMA 250,Type 1. b. Outdoor Locations: NEMA 250, Type 3R. 2. Height: 84 inches maximum. 3. Front: Secured to box with concealed trim clamps. For surface-mounted fronts, match box dimensions; for flush-mounted fronts, overlap box.Trims shall cover all live parts and shalt.have no exposed hardware. 4. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. Trims shall cover all live parts and shall have no exposed hardware. 5. Skirt for Surface-Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. 6. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body.Arrange to isolate individual panel sections. 7. Finishes: a. Panels and Trim: Steel and galvanized steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two-coat, baked-on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Same finish as panels and trim. c. Fungus Proofing: Permanent fungicidal treatment for overcurrent protective devices and other components. G. Incoming Mains: 1. Location: Top or Bottom. 2. Main Breaker: Main lug interiors up to 400 amperes shall be field convertible to main breaker. H. Phase, Neutral, and Ground Buses: 1. Material: Hard-drawn copper, 98 percent conductivity. PANELBOARDS 262416- 3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners a. Bus shall be fully rated the entire length. 2. Interiors shall be factory assembled into a unit. Replacing switching and protective devices shall not disturb adjacent units or require removing the main bus connectors. 3. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment grounding conductors; banded to box. 4. Full-Sized Neutral: Equipped with full-capacity bonding strap for service entrance applications. Mount electrically isolated from enclosure. Do not mount neutral bus in gutter. I. Conductor Connectors: Suitable for use with conductor material and sizes. 1. Material: Hard-drawn copper, 98 percent conductivity. 2. Terminations shall allow use of 75 deg C rated conductors without derating. 3. Size: Lugs suitable for indicated conductor sizes, with additional gutter space, if required, for larger conductors. 4. Main and Neutral Lugs: Mechanical type, with a lug on the neutral bar for each pole in the panelboard. 5. Ground Lugs and Bus-Configured Terminators: Mechanical type,with a lug on the bar for each pole in the panelboard. 6. Feed-Through Lugs: Compression type, suitable for use with conductor material. Locate at opposite end of bus from incoming lugs or main device. 7. Subfeed (Double) Lugs: Compression type suitable for use with conductor material. Locate at same end of bus as incoming lugs or main device. J. NRTL Label: Panelboards or load centers shall be labeled by an NRTL acceptable to authority having jurisdiction for use as service equipment with one or more main service disconnecting and overcurrent protective devices. Panelboards or load centers shall have meter enclosures, wiring, connections,and other provisions for utility metering. Coordinate with utility company for exact requirements. K. Future Devices: Panelboards or load centers shall have mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices. 1. Percentage of Future Space Capacity: 20 percent. L. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. Assembly listed by an NRTL for 100 percent interrupting capacity. 1. Panelboards and overcurrent protective devices rated 240 V or less shall have short- circuit ratings as shown on Drawings, but not less than 10,000 A rms symmetrical. 2.2 PERFORMANCE REQUIREMENTS A. Surge Suppression: Factory installed as an integral part of indicated panelboards, complying with UL 1449 SPD Type 2. 2.3 LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: PANELBOARDS 262416-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No, 28010.00 Wolfberg Alvarez&Partners 1. Eaton. 2. General Electric Company; GE Energy Management- Electrical Distribution. 3. Siemens Energy. 4. Square D; by Schneider Electric. B. Pane[boards: NEMA PB 1, lighting and appliance branch-circuit type. C. Mains: Circuit breaker or lugs only. D. Branch Overcurrent Protective Devices: Bolt-on circuit breakers, replaceable without disturbing adjacent units. E. Doors: Door-in-door construction with concealed hinges: secured with multipoint latch with tumbler lock; keyed alike. Outer door shall permit full access to the panel interior. Inner door shall permit access to breaker operating handles and labeling, but current carrying terminals and bus shall remain concealed. F. Doors: Concealed hinges secured with flush latch with tumbler lock; keyed alike. G. Conductor Connectors: Mechanical type for main, neutral, and ground lugs and buses. 2.4 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. General Electric Company; GE Energy Management-Electrical Distribution. 3. Siemens Energy. 4. Square D; by Schneider Electric. B. MCCB: Comply with UL 489,with interrupting capacity to meet available fault currents. 1. Thermal-Magnetic Circuit Breakers: a. Inverse time-current element for low-level overloads. b. Instantaneous magnetic trip element for short circuits. c. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 2. MCCB Features and Accessories- a. Standard frame sizes, trip ratings, and number of poles. b. Breaker handle indicates tripped status. c. Lugs: Mechanical style, suitable for number,size, trip ratings, and conductor materials. 2.5 IDENTIFICATION A. Panelboard Label: Manufacturer's name and trademark, voltage, amperage, number of phases, and number of poles shall be located on the interior of the panelboard door. B. Breaker Labels: Faceplate shall list current rating. UL and IEC certification standards, and AIC rating. PANELBOARDS 262416-5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No, 28010,00 Wolfberg Alvarez &Partners C. Circuit Directory: Directory card inside panelboard door, mounted in metal frame with transparent protective cover. 1. Circuit directory shall identify specific purpose with detail sufficient to distinguish it from all other circuits. PART 3-EXECUTION 3.1 EXAMINATION A. Verify actual conditions with field measurements prior to ordering panelboards to verify that equipment fits in allocated space in, and comply with, minimum required clearances specified in NFPA 70. B. Receive, inspect, handle, and store panelboards according to NEMA PB 1.1. C. Examine panelboards before installation. Reject panelboards that are damaged, rusted, or have been subjected to water saturation. D. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electdcal and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Comply with NECA 1. C. Install panelboards and accessories according to NEMA PB 1.1. D. Equipment Mounting: 1. Attach panelboard to the vertical finished or structural surface behind the panelboard. E. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. F. Mount top of trim 90 inches above finished floor unless otherwise indicated. G. Mount panelboard cabinet plumb and rigid without distortion of box. H. Mount surface-mounted panelboards to steel slotted supports 1 1/4 inch in depth. Orient steel slotted supports vertically. I. Install overcurrent protective devices and controllers not already factory installed. PANELBOARDS 262416 -6 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 1. Set field-adjustable, circuit-breaker trip ranges. 2. Tighten bolted connections and circuit breaker connections using calibrated torque wrench or torque screwdriver per manufacturer's written instructions. J. Make grounding connections and bond neutral for services and separately derived systems to ground. Make connections to grounding electrodes, separate grounds for isolated ground bars, and connections to separate ground bars. K. Install filler plates in unused spaces. L. Stub four 1-inch empty conduits from panelboard into accessible ceiling space or space designated to be ceiling space in the future. Stub four 1-inch empty conduits into raised floor space or below slab not on grade. M. Arrange conductors in gutters into groups and bundle and wrap with wire ties after completing load balancing. N. Mount spare fuse cabinet in accessible location. 3.3 IDENTIFICATION A. Identify field-installed conductors, interconnecting wiring, and components; install warning signs complying with requirements in Section 26 05 53"Identification for Electrical Systems." B. Create a directory to indicate installed circuit loads after balancing panelboard loads; incorporate Owner's final room designations. Obtain approval before installing. Handwritten directories are not acceptable. Install directory inside panelboard door. C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 26 05 53"Identification for Electrical Systems." D. Device Nameplates: Label each branch circuit device in power panelboards with a nameplate complying with requirements for identification specified in Section 26 05 53"Identification for Electrical Systems." E. Install warning signs complying with requirements in Section 26 05 53 "Identification for Electrical Systems"identifying source of remote circuit. 3.4 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test for low-voltage air circuit breakers and low-voltage surge arrestors stated in NETA ATS, Paragraph 7.6 PANELBOARDS 262416-7 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 29010.00 Wolfberg Alvarez&Partners Circuit Breakers and Paragraph 7.19.1 Surge Arrestors, Low-Voltage. Perform optional tests. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3. Perform the following infrared 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 panelboard. Remove front panels so joints and connections are accessible to portable scanner. b. Instruments and Equipment: 1) Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. D. Panelboards will be considered defective if they do not pass tests and inspections. 3.5 ADJUSTING A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. B. Set field-adjustable circuit-breaker trip ranges as specified in Section 26 05 73"Overcurrent Protective Device Coordination Study." C. Load Balancing: After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes. Prior to making circuit changes to achieve load balancing, inform.Architect of effect on phase color coding. 1. Measure loads during period of normal facility operations. 2. Perform circuit changes to achieve load balancing outside normal facility operation schedule or at times directed by the Architect.Avoid disrupting services such as fax machines and on-line data processing, computing, transmitting, and receiving equipment. 3. After changing circuits to achieve load balancing, recheck loads during normal facility operations. Record load readings before and after changing circuits to achieve load balancing. 4. Tolerance: Maximum difference between phase loads,within a panelboard, shall not exceed 20 percent. 3.6 PROTECTION A. Temporary Heating: Prior to energizing panelboards,apply temporary heat to maintain temperature according to manufacturer's written instructions. END OF SECTION 262416 PANELBOARDS 262416-8 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners SECTION 262726-WIRING DEVICES 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. GFCt receptacles. 2. Wall plates. 1.3 DEFINITIONS A. Abbreviations of Manufacturers' Names: 1. Cooper: Cooper Wiring Devices: Division of Cooper Industries, Inc. 2. Hubbell: Hubbell Incorporated:Wiring Devices-Kellems. 3. Leviton: Leviton Mfg. Company, Inc. 4. Pass &Seymour: Pass&Seymour/Legrand. B. BAS: Building automation system. C. EMI: Electromagnetic interference. D. GFCI: Ground-fault circuit interrupter. E. Pigtail: Short lead used to connect a device to a branch-circuit conductor. F. RFI: Radio-frequency interference. G. SPD: Surge protective device. H. UTP: Unshielded twisted pair. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: List of legends and description of matedals and process used for premarking wall plates. C. Samples: One for each type of device and wall plate specified. in each color specified. WIRING DEVICES 262726- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners 1.5 INFORMATIONAL SUBMITTALS A. Field quality-control reports. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing- label warnings and instruction manuals that include labeling conditions. PART 2- PRODUCTS 2.1 GENERAL WIRING-DEVICE REQUIREMENTS A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. C. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.2 GFCI RECEPTACLES A. General Description: 1. 125 V,20 A, straight blade, feed-through type. 2. Comply with NEMA WD 1, NEMA WO 6 Configuration 5-20R, UL 498, UL 943 Class A, and FS W-C-596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. B. Duplex GFCI Convenience Receptacles: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton(Arrow Hart). b. Hubbell Incorporated;Wiring Device-Kellems. c. Leviton Manufacturing Co., Inc. d. Pass &Seymour/Legrand(Pass&Seymour). 2.3 WALL PLATES A. Single and combination types shall match corresponding wiring devices. 1. Plate-Securing Screws: Metal with head color to match plate finish. 2. Material for Finished Spaces: Steel with white baked enamel, suitable for field painting 0.04-inch-thick steel with chrome-plated finish. 3. Material for Unfinished Spaces: Galvanized steel. WIRING DEVICES 262726-2 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners 4. Material for Damp Locations: Thermoplastic with spring-loaded lift cover, and listed and labeled for use in wet and damp locations. B. Wet-Location,Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather- resistant, die-cast aluminum with lockable cover. 2.4 FINISHES A. Device Color: 1. Wiring Devices Connected to Normal Power System: As selected by Architect unless otherwise indicated or required by NFPA 70 or device listing. PART 3- EXECUTION 3.1 INSTALLATION A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated. B. Coordination with Other Trades: 1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables,- 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70. Article 300,without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted, provided the outlet box is large enough. D. Device Installation: 1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. WIRING DEVICES 262726 -3 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 2. Keep each wiring device in its package or otherwise protected until itis time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 5. When there is a choice, use side wiring with binding-head screw terminals.Wrap solid conductor tightly clockwise, two-thirds to three-fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15-or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device-mounting screws in yokes, allowing metal-to-metal contact. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles up and on horizontally mounted receptacles to the right 2. Install hospital-grade receptacles in patient-care areas with the ground pin or neutral blade at the top. F. Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. G. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. H. Adjust locations of floor service outlets and service poles to suit arrangement of partitions and furnishings. 3.2 GFCI RECEPTACLES A. Install non-feed-through-type GFCI receptacles where protection of downstream receptacles is not required. 3.3 IDENTIFICATION A. Comply with Section 26 05 53 "Identification for Electrical Systems." B. Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. 3.4 FIELD QUALITY CONTROL A. Test Instruments: Use instruments that comply with UL 1436. B. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement. WIRING DEVICES 262726-4 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners C. Perform the following tests and inspections: 1 Test Instruments: Use instruments that comply with UL 1436. 2, Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement. D. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load:A value of 6 percent or higher is unacceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip:Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. E. Wiring device will be considered defective if it does not pass tests and inspections. F. Prepare test and inspection reports. END OF SECTION 262726 WIRING DEVICES 262726-5 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8, Partners SECTION 265663-EXTERIOR ATHLETIC LIGHTING 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 lighting for the following outdoor sports venues: 1. Handball &Racquetball Courts 1.3 DEFINITIONS A. CV: Coefficient of variation; a statistical measure of the weighted average of all relevant illumination values for the playing area, expressed as the ratio of the standard deviation for all illuminance values to the mean illuminance value. B. Delegated-Design Submittals: Documents, including drawings, calculations, and material and product specifications prepared as a responsibility of Contractor to obtain acceptance by Owner and authorities having jurisdiction. C. Illuminance: The metric most commonly used to evaluate lighting systems. It is the density of luminous flux, or flow of light, reaching a surface divided by the area of that surface. 1. Horizontal Illuminance: Measurement in foot-candies (14x), on a horizontal surface 36 15 mr-..)above ground unless otherwise indicated. 2. Target Illuminance: Average maintained illuminance level, calculated by multiplying initial illuminance by LLF. 3. Vertical Illuminance: Measurement in foot-canes (lux), in two directions on a vertical surface, at an elevation coinciding with plane height of horizontal measurements. D. LC: Lighting Certified. E. Light Trespass: Light spill into areas and properties outside the playing areas, which is either annoying or unwanted. F. LLD: Lamp lumen depreciation,which is the decrease in lamp output as the lamp ages. G. LLF: Light loss factor, which is the product of all factors that contribute to light loss in the system. H. Luminaire: Complete lighting fixture, including ballast housing if integral. I. UG: Uniformity gradient: the rate of change of illuminance on the playing field, expressed as a ratio between the illuminances of adjacent measuring points on a uniform grid. EXTERIOR ATHLETIC LIGHTING 265668- 1 Flamingo Park-Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 1.4 PERFORMANCE REQUIREMENTS A. Facility Type: Recreational or social facility. B. Illumination Criteria: 1. Minimum average target illuminance level for each lighted area for each sports venue and for the indicated class of play according to IESNA RP-6. 2. CV and maximum-to-minimum uniformity ratios for each lighted area equal to or less than those listed in IESNA RP-6 for the indicated class of play. 3. UG levels within each lighted area equal to or less than those listed in IESNA RP-6 for the indicated speed of sport. C. Illumination Criteria: Average Tar- Maximum toMinimum Grid Area of Lighting get Illumine- Uniformity Points Grid Spacing tion Levels Ratio Indoor Courts - 19.5 Fcotcan- Hitting Wall - dies 1.7.1 32 5' by 5' Vertical Measurement Indoor Courts- 40 Footcan- Playing Area - dies 2'7'1 49 3' by 3' Horizontal Outdoor Court#1 - 30 Footcan- Hitting Wall - dies 2.6:1 95 5' by 5' Vertical Measurement Outdoor Court#1 - 22 Footcan- Playing Area - dies 2.5:1 50 10' by 10' Horizontal Measurement Outdoor Court#2- 35 Footcan- Hitting Wall- dies 2.4:1 50 5' by 5' Vertical Measurement Outdoor Court#2- 22 Footcan- Playing Area- dies 1.8'.1 30 10' by 10' Horizontal Measurement • Outdoor Court#3 - 35 Footcan- Hitting Wall- 2.2:1 50 5' by 5' Vertical Measurement riles Outdoor Court#3 - 22 Footcan- Playing Area - dies 1.8:1 30 10' by 10' Horizontal Measurement D. Illumination Calculations: Computer-analyzed point method complying with IESNA RP-6 to optimize selection, location, and aiming of luminaires. 1. Grid Pattern Dimensions: For playing areas of each sport and areas of concern for spill- light control, correlate and reference calculated parameters to the grid areas. Each grid point represents the center of the grid area defined by the length and width of the grid spacing. EXTERIOR ATHLETIC LIGHTING 265668-2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 2. Spill-Light Control. Minimize spill light for each playing area on adjacent and nearby areas. a. Prevent light trespass on properties near Project as defined by City of Miami Beach. b. For property line area, limit the level of illuminance directed into the area from any luminaire or group of luminaires, and measured 36 inches (214 r�—.) above grade to the following: 1) Maximum Horizontal Illuminance: 0.5 fc(5.4 lux) 2) Maximum Vertical Illuminance from the Direction of the Greatest Contribution of Light: 1.0 fc(10.8 lux) c. Calculate the horizontal and vertical illuminance due to spill light for points spaced 20 feet (6 m) part in areas indicated on Drawings as "spill-light critical," to ensure that design meets the above limits. 3. Glare Control: Design illumination for each playing area to minimize direct glare in adjacent and nearby areas. a. Design source intensity of luminaires that may be observed at an elevation of 60 inches (1524 r.m) above finished grade at property line to be less than 12,000 candela when so observed. 4. Spill Scans: Spill scans must be submitted indicating the amount of horizontal and vertical footcandles along the specified lines. Light levels shall be taken at 30-foot intervals along the boundary line. Readings shall be taken with the meter orientation at both horizontal and aimed towards the most intense bank of lights. Illumination level shall be measured in accordance with the IESNA LM-5-04 after 1 hour warm up. 5. The first page of a photometric report for all luminaire types proposed showing horizontal and vertical axial candle power shall be provided to demonstrate the capability of achieving the specified performance. Reports shall be certified by a qualified independent testing laboratory with a minimum of five years experience or by a manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. A summary of the horizontal and vertical aiming angles for each luminaire shall be included with the photometric report. 6. Determine LLF according to IESNA RP-6 and manufacturer's test data. a. Use LLD at 100 percent of rated lamp life. LLF shall be applied to initial illumination to ensure that target illumination is achieved at 100 percent of lamp life and shall include consideration of field factor. b. LLF shall not be higher than 70 percent, and may be lower when determined by manufacturer after application of the ballast output and optical system output according to IESNA RP-5. A. Mounting Heights: To ensure proper aiming angles for reduced glare and to provide better playability, minimum mounting heights shall be as described below. Higher mounting heights may be required based on photometric report and ability to ensure the top of the field angle is a minimum of 10 degrees below horizontal and meets the proper City of Miami Beach specifications. EXTERIOR ATHLETIC LIGHTING 265668-3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners #of Poles `. Pole Qesignation 1 Pole Height H ' 2 Outdoor Court#1 30' 1 Outdoor Court#2 40' 1 Outdoor Court#3 40' 7. Luminaire Placement: Luminaire dusters shall be outside the glare zones defined by IESNA RP-6. E. Electric Power Distribution Requirements: 1. Electric Power: 208V; three phase. a. Include roughing-in of service indicated for nonsports improvements on Project site. b. Balance load between phases. Install wiring to balance three phases at each support structure. c. Include required overcurrent protective devices and individual lighting control for each sports field or venue. d. Include indicated feeder capacity and panelboard provisions for future lighted sports field construction. F. Maximum Total Load: As indicated on drawings. 1. Maximum Total Voltage Drop from Source to Load: 5percent, including voltage drops in branch circuit, subfeeder, and feeder. G. Life-Cycle Cost Criteria: 1. Estimated life-cycle cost of lighting system for period of 25 years based on the parameters below: a. Energy Cost.. b. Lamp Replacement Cost c. General Maintenance. 1.5 ACTION SUBMITTALS A. Product Data: For each type of lighting product indicated. Include the following: 1. Lamp life, output, and energy-efficiency data. Lamp data certified by NVLAP or NRTL; comply with IESNA LM-47. 2. Photometric data based on laboratory tests of each luminaire type, complete with lamps, ballasts, and accessories; comply with IESNA LM-5. a. Photometric data shall be certified by a qualified independent testing agency. b. Photometric data shall be certified by manufacturer's laboratory with a current accreditation under the NVLAP for Energy Efficient Lighting Products. B. Delegated-Design Submittal: For exterior athletic lighting indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1. Drawings and specifications for construction of lighting system. 2. Manufacturer's determination of LLF used in design calculations. EXTERIOR ATHLETIC LIGHTING 265668-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners 3 Lighting system design calculations for the following: a. Target illuminance. b. Point calculations of horizontal and vertical illuminance, CV, and UG at minimum grid size and area. c. Point calculations of horizontal and vertical illuminance in indicated areas of concern for spill light. d. Calculations of source intensity of luminaires observed at eye level from indicated properties near the playing fields. 4. Electrical system design calculations for the following: a. Short-circuit current calculations for rating of panelboards. b. Total connected and estimated peak-demand electrical load, in kilowatts, of lighting system. c. Capacity of feeder required to supply lighting system. 5. Wiring requirements, including required conductors and cables and wiring methods. 6. Structural analysis data and calculations used for pole selection. a. Manufacturer Wind-Load Strength Certification: Submit certification that selected total support system, including poles, complies with AASHTO LTS-4-M for location of Project. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified manufacturer professional engineer luminaire photometric data testing laboratory andfield testing agency. • B. Manufacturer Certificates: For support structures, including brackets, arms, appurtenances, bases. anchorages, and foundations, from manufacturer. C. Welding certificates. D. Field quality-control reports. E. Warranty: Sample of special warranty. 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For sports lighting system components to include in emergency, operation, and maintenance manuals. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses: Equal to 10 percent of amount installed for each size indicated, but no fewer than 10 units. EXTERIOR ATHLETIC LIGHTING 265668-5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 W olfberg Alvarez&Partners 1.9 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. B. Manufacturer Qualifications: Manufacturer's responsibilities include fabricating sports lighting and providing professional engineering services needed to assume engineering responsibility. 1. Engineering Responsibility: Preparation of delegated-design submittals and comprehensive engineering analysis by a qualified professional engineer. C. Luminaire Photometric Data Testing Laboratory: By an independent agency, with the experience and capability to conduct the testing indicated, that is an NRTL. D. Field Testing Agency Qualifications: An independent testing agency that is accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products, or an NRTL as defined in 29 CFR 1910, with the experience and capability to conduct field testing according to IESNA LM-5. E. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NEPA 70, by a qualified testing agency, and marked for intended location and application. 1.10 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of luminaires, lamps, and luminaire alignment products and to correct misalignment that occurs subsequent to successful acceptance tests. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, and unauthorized repairs and alterations from special warranty coverage. 1. Luminaire Warranty: Luminaire and luminaire assembly (excluding fuses and lamps) shall be free from defects in materials and workmanship for a period of 25 years from date of Substantial Completion. 2. Fuse Warranty: a. Replace fuses that fail within 12 months from date of Substantial Completion. 3. Alignment Warranty: Accuracy of alignment of luminaires shall remain within specified illuminance uniformity ratios for a period of five years from date of successful completion of acceptance tests. a. Realign luminaires that become misaligned during the warranty period. b. Replace alignment products that fail within the warranty period. c. Verify successful realignment of luminaires by retesting as specified in "Field Quality Control"Article. 1.11 MAINTENANCE SERVICE A. Continuing Maintenance Proposal: From manufacturer to Owner, in the form of a standard maintenance agreement that contains the terms in this article, starting on date of Substantial Completion. State services, obligations, conditions, and terms for agreement period and for future renewal options. EXTERIOR ATHLETIC LIGHTING 265668-6 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners B. Agreement Period: 25years from date of Substantial Completion. C. Estimated Annual Usage: Warranty is based on 1,200 burning hours per year. If this number is exceeded, the cost of lamps and their replacement labor shall be equitably adjusted. D. Services: Repair or replace components of luminaires, lamps, and ballasts: align luminaires. PART 2 - PRODUCTS 2.1 SPORTS LIGHTING SYSTEM CONSTRUCTION A. Manufacturing Requirements: All components shall be designed and manufactured as a system. All luminaires, wire harnesses, drivers and other enclosures shall be factory assembled, aimed, wired and tested. B. Durability: All exposed components shall be constructed of corrosion resistant material and/or coated to help prevent corrosion. All exposed carbon steel shall be hot dip galvanized per ASTM A123. All exposed aluminum shall be powder coated with high performance polyester or anodized. All exterior reflective inserts shall be anodized, coated, and protected from direct environmental exposure to prevent reflective degradation or corrosion. All exposed hardware and fasteners shall be stainless steel of 18-8 grade or better, passivated and coated with aluminum-based thermosetting epoxy resin for protection against corrosion and stress corrosion cracking. Structural fasteners may be carbon steel and galvanized meeting ASTM A153 and ISO/EN 1461 (for hot dipped galvanizing), or ASTM 8695 (for mechanical galvanizing). All wiring shall be enclosed within the cross-arms. pole,or electrical components enclosure. C. System Description: Lightingsystem shall consist of the following: 1. Galvanized steel poles and cross-arm assembly. Alternate: Concrete pole with a minimum of 8,000 psi and installed with concrete backfill will be an acceptable alternative provided building code, wind speed and foundation designs per specifications are adhered to. 2. Non-approved pole technology: a. Square static cast concrete poles will not be accepted. b. Direct bury steel poles which utilize the extended portion of the steel shaft for their foundation will not be accepted due to potential for internal and external corrosive reaction to the soils and long tenn performance concerns. 3. Lighting systems shall use concrete foundations. See Section 2.3 for details. a. For a foundation using a pre-stressed concrete base embedded in concrete backfill the concrete shall be air-entrained and have a minimum compressive design strength at 28 days of 3.000 PSI. 3,000 PSI concrete specified for early pole erection, actual required minimum allowable concrete strength is 1,000 PSI. All piers and concrete backfill must bear on and against firm undisturbed soil. b. For anchor bolt foundations or foundations using a pre-stressed concrete base in a suspended pier or re-inforced pier design pole erection may occur after 7 days. Or after a concrete sample from the same batch achieves a certain strength. 4. Manufacturer will supply all drivers and supporting electrical equipment a. Remote drivers and supporting electrical equipment shall be mounted approximately 10 feet above grade in aluminum enclosures. The enclosures shall be touch-safe and include drivers and fusing with indicator lights on fuses to notify when a fuse is to be replaced for each luminaire. Disconnect per circuit for each pole structure will be located in the enclosure. EXTERIOR ATHLETIC LIGHTING 265668-7 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners b. Alternate: Integral drivers mounted at the top of the pole will require a pole mounted enclosure approximately 10 feet above grade. The enclosure shall include a disconnect per circuit and surge protection. 5 Manufacturer shall provide surge protection at the pole equal to or greater than 40 kA for each line to ground (Common Mode) as recommended by IEEE C62.41.2_2002. 6. Wire harness complete with an abrasion protection sleeve, strain relief and plug-in connections for fast, trouble-free installation. 7. All luminaires, visors, and cross-arm assemblies shall withstand 150 mph winds and maintain luminaire aiming alignment. 8. Control cabinet to provide remote on-off control and monitoring of the lighting system. See Section 2.4 for further details. 9. Manufacturer shall provide lightning grounding as defined by NFPA 780 and be UL Listed per UL 96 and UL 96A a. Integrated grounding via concrete encased electrode grounding system. b. If grounding is not integrated into the structure, the manufacturer shall supply grounding electrodes, copper down conductors, and exothermic weld kits. Electrodes and conductors shall be sized as required by NFPA 780.The grounding electrode shall be minimum size of 5/8 inch diameter and 8 feet long, with a minimum of 10 feet embedment. Grounding electrode shall be connected to the structure by a grounding electrode conductor with a minimum size of 2 AWG for poles with 75 feet mounting height or less, and 2/0 AWG for poles with more than 75 feet mounting height. 10. Safety:All system components shall be UL listed for the appropriate application. 2.2 SUPPORT STRUCTURES A. Wind Loads: Wind loads shall be based on the 2014 Florida Building Code. Wind loads to be calculated using ASCE 7-10, an ultimate design wind speed of 175, high velocity hurricane zone, and exposure category C. B. Pole Structural Design: The stress analysis and safety factor of the poles shall conform to 2013 AASHTO Standard Specification for Structural Supports for Highway Signs, Luminaires, and Traffic Signals(LTS-6). C. Foundation Design: The foundation design shall be based on soil parameters as outlined in the geotechnical report. D. Foundation Drawings: Project specific foundation drawings stamped by a registered engineer in the state where the project is located are required. The foundation drawings must list the moment, shear (horizontal)force, and axial (vertical)force at ground level for each pole. These drawings must be submitted at time of bid to allow for accurate pricing. 2.3 Lighting Control: Manual, low voltage, or digital; providing the following functions, integrated into a single control station, with multiple subcontrol stations as indicated: A. Instant On/Off Capabilities: System shall provide for instant on/off of luminaires. B. Lighting contactor cabinet(s) constructed of NEMA Type 4 aluminum, designed for easy installation with contactors, labeled to match field diagrams and electrical design. Manual off-on- auto selector switches shall be provided. C. Remote Lighting Control System: System shall allow owner and users with a security code to schedule on,/off system operation via a web site, phone, fax or email up to ten years in advance. EXTERIOR ATHLETIC LIGHTING 265668-8 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners Manufacturer shall provide and maintain a two-way TCP/IP communication link. Trained staff shall be available 24/7 to provide scheduling support and assist with reporting needs. The owner may assign various security levels to schedulers by function and/or fields. This func- tion must be flexible to allow a range of privileges such as full scheduling capabilities for all fields to only having permission to execute"early off"commands by phone. Scheduling tool shall be capable of setting curfew limits. Controller shall accept and store 7-day schedules, be protected against memory loss during power outages, and shall reboot once power is regained and execute any commands that would have occurred during outage. D. Remote Monitoring System: System shall monitor lighting performance and notify manufacturer if individual luminaire outage is detected so that appropriate maintenance can be scheduled. The controller shall determine switch position (manual or auto) and contactor status (open or closed). E. Management Tools: Manufacturer shall provide a web-based database and dashboard tool of actual field usage and provide reports by facility and user group. Dashboard shall also show current status of luminaire outages, control operation and service. Mobile application will be provided suitable for IOS,Android and Blackberry devices. Hours of Usage: Manufacturer shall provide a means of tracking actual hours of usage for the field lighting system that is readily accessible to the owner. 1. Cumulative hours: shall be tracked to show the total hours used by the facility 2. Report hours saved by using early off and push buttons by users. 2.4 SURGE PROTECTION A. Surge Protection: Comply with requirements in Section 264313 "Transient-Voltage Suppression for Low-Voltage Electrical Power Circuits" and include surge suppressors with the following requirements: 1. Panelboard type. 2.5 POLE AND BASE PROTECTION A. Pole Pads: Wraparound pad, with = (100 m.-,) of extra-firm polyfoam, 360-degree coverage of ground-mounted poles and supports, continuous hook-and-loop fastening, and not less than 72 inches(1520..-m) high. PART 3 - EXECUTION 3.1 INSTALLATION A. Use web fabric slings (not chain or cable) to raise and set structural members. Protect equipment during installation to prevent corrosion. B. Install poles and other structural units level, plumb, and square. EXTERIOR ATHLETIC LIGHTING 26506668-9 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners C. Except for embedded structural members, grout void between pole base and foundation. Use nonsnrinking or expanding concrete grout firmly packed in entire void space. Use a short piece of 1/2-inch- C3-6-761-) diameter pipe to make a drain hole through grout. Arrange to drain condensation from interior of pole. Nonshrink grout is specified in Section 055000 "Metal Fabrications." D. Install pole pads at all poles inside playing field boundaries and when located within 20 feet (6 m)of the field boundary. E. Extend cast-in-place bolted base foundations 36 inches(6', m,—.)above grade, minimum. F. Install controls and ballast housings in cabinets mounted on support structure at least 1J feel (3 m) above finished grade. G. It shall be the Contractor's responsibility to notify the Owner if soil conditions exist other than those on which the foundation design is based, or if the soil cannot be readily excavated. Contractor may issue a change order request/ estimate for the Owner's approval/ payment for additional costs associated with: 1. Providing engineered foundation embedment design by a registered engineer in the State of FL for soils other than specified soil conditions; 2. Additional materials required to achieve alternate foundation; 3. Excavation and removal of materials other than normal soils, such as rock, caliche, etc 3.2 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests, inspections, and analysis. B. Perform tests, inspections, and analysis according to IESNA RP-6 and IESNA LM-5 where applicable. C. Tests and Inspections: 1. After installing sports lighting system and after electrical circuits have been energized, perform proof-of-performance field measurements and analysis for compliance with requirements. 2. Playing and Other Designated Areas: Make field measurements at intersections of grids, dimensioned and located as specified in "Performance Requirements" Article and as described below: a. Handball &Racquetball Courts: Measure at least 30 points for a double court. 3. Make field measurements at established test points in areas of concern for spill light and glare. 4. Perform analysis to demonstrate correlation of field measurements with specified illumination quality and quantity values and corresponding computer-generated values that were submitted with engineered design documents. Submit a report of the analysis. For computer-generated values, use manufacturers lamp lumens that are adjusted to lamp age at time of field testing. D. Correction of Illumination Deficiencies for Playing Areas: Make corrections to illumination quality or quantity, measured in field quality-control tests, that varies from specified illumination criteria by plus or minus 10 percent. EXTERIOR ATHLETIC LIGHTING 265668- 10 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners 1. Add or replace luminaires, or change mounting height, revise aiming, or install louvers, shields, or baffles. 2. If luminaires are added or mounting height is changed, revise aiming and recalculate and modify or replace support structures if indicated. 3. Do not replace luminaires with units of higher or lower wattage without Architects approval. 4. Retest as specified above after repairs. adjustments, or replacements are made. 5. Report results in writing. E. Correction of Excessive Illumination in Spill-Light-Critical Areas: If measurements indicate that specified limits for spill light are exceeded, make corrections to illumination quantity, measured in field quality-control tests, that reduce levels to within specified maximum values. 1. Replace luminaires, or change mounting heights, revise aiming, or install louvers, shields. or baffles. 2, Obtain Architect's approval to replace luminaires with units of higher or lower wattage. 3. If mounting height is changed, revise aiming and recalculate and modify or replace support structures if indicated. 4. Retest as specified above after repairs, adjustments, or replacements are made. 5. Report results in writing. F. Sports lighting will be considered defective if it does not pass tests and inspections. G. Prepare test and inspection reports. 3.3 DEMONSTRATION A. Engage a factory-authorized service representative to trainOwners maintenance personnel to adjust, operate, and maintain exterior athletic lighting. END OF SECTION 265668 EXTERIOR ATHLETIC LIGHTING 265668- 11 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners SECTION 311000-SITE CLEARING 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. Protecting existing vegetation to remain. 2. Removing existing vegetation. 3. Clearing and grubbing. 4. Stripping and stockpiling topsoil. 5. Removing above-and below-grade site improvements. 6. Temporary erosion-and sedimentation-control measures. B. Related Sections: 1. Section 015000 "Temporary Facilities and Controls" for temporary utility services, construction and support facilities, security and protection facilities, and temporary erosion-and sedimentation-control measures. 2. Section 017300 "Execution"for field engineering and surveying. 1.3 DEFINITIONS A. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. B. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as urban environments,the surface soil can be subsoil. C. Topsoil: Top layer of the soil profile consisting of existing native surface topsoil or existing in- place surface soil and is the zone where plant roots grow. Its appearance is generally friable, pervious, and black or a darker shade of brown or gray than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches (50 mm) in diameter; and free of subsoil and weeds, roots, toxic materials, or other non-soil materials. D. Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction, and indicated on Drawings. E. Tree-Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and indicated on Drawings defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. SITE CLEARING 311000- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners F. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.4 MATERIAL OWNERSHIP A. Except for stripped topsoil and other materials indicated to be stockpiled or otherwise remain Owner's property, cleared materials shall become Contractors property and shall be removed from Project site. 1.5 QUALITY ASSURANCE A. Pre-installation Conference: Conduct conference at Project site. 1.6 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. B. Improvements on Adjoining Property Authority for performing site clearing indicated on property adjoining Owner's property will be obtained by Owner before award of Contract. 1. Do not proceed with work on adjoining property until directed by Architect. C. Utility Locator Service: Notify utility locator service and Sunshine State One Call of Florida before site clearing. D. Do not commence site clearing operations until temporary erosion- and sedimentation-control and plant-protection measures are in place. E. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. F. Do not direct vehicle or equipment exhaust towards protection zones. G. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones. H. Soil Stripping, Handling, and Stockpiling: Perform only when the topsoil is dry or slightly moist. SITE CLEARING 311000 -2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners PART 2 - PRODUCTS 2.1 MATERIALS A. Satisfactory Soil Material: Requirements for satisfactory soil material are specified in Section 312000 "Earth Moving." 1. Obtain approved borrow soil material off-site when satisfactory soil material is not available on-site. PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Provide temporary erosion- and sedimentation-control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to erosion- and sedimentation-control Drawings and requirements of authorities having jurisdiction. B. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. C. Inspect, maintain, and repair erosion- and sedimentation-control measures during construction until permanent vegetation has been established. D. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 EXISTING UTILITIES A. Interrupting Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 3.4 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. SITE CLEARING 311000-3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Grind down stumps and remove roots, obstructions, and debris to a depth of 18 inches below exposed subgrade. 3 Use only hand methods for grubbing within protection zones. 4 Chip removed tree branches and dispose of off-site. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches (200 mm), and compact each layer to a density equal to adjacent original ground. 3.5 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to depth of 6 inches in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and non-soil materials from topsoil, including clay lumps, gravel, and other objects more than 2 inches in diameter; trash, debris, weeds, roots, and other waste materials, C. Stockpile topsoil away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust and erosion by water. 1. Limit height of topsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within protection zones. 3. Dispose of surplus topsoil. Surplus topsoil is that which exceeds quantity indicated to be stockpiled or reused. 4. Stockpile surplus topsoil to allow for respreading deeper topsoil. 3.6 SITE IMPROVEMENTS A. Remove existing above-and below-grade improvements as indicated and necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. B. Separate recyclable materials produced during site clearing from other non-recyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. Do not interfere with other Project work. END OF SECTION 311000 SITE CLEARING 311000-4 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners SECTION 312000- EARTH MOVING 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. Preparing subgrades for slabs-on-grade, walks, pavements, turf and grasses and plants. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for concrete slabs-on-grade. 4. Subbase course for concrete walks and pavements. 5. Subbase course and base course for asphalt paving. 6. Subsurface drainage backfill for walls and trenches. 7. Excavating and backfilling trenches for utilities and pits for buried utility structures. e. Excavating well hole to accommodate elevator-cylinder assembly. B. Related Sections: 1. Section 013200 "Construction Progress Documentation"for recording pre-excavation and earth moving progress. 2. Section 015000 'Temporary Facilities and Controls' for temporary controls, utilities, and support facilities; also for temporary site fencing if not in another Section. 3. Section 033000 "Cast-in-Place Concrete" for granular course if placed over vapor retarder and beneath the slab-on-grade. 4. Section 311000 "Site Clearing' for site stripping, grubbing, stripping and stockpiling topsoil, and removal of above-and below-grade improvements and utilities. 5. Section 312319 "Dewatering" for lowering and disposing of ground water during construction. 6. Section 0329300"Landscape Work"for plants, planting sails, pesticides, tree-stabilization materials, edgings, and tree grates. 7. Section 0328400 "Planting Irrigation" for heads, pipes and controls of landscape irrigation. 1.3 DEFINITIONS A. Backfill: Soil material or controlled low-strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Aggregate layer placed between the subbase course and hot-mix asphalt paving. EARTH MOVING 312000 - 1 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners C. Bedding Course: Aggregate layer placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill. E. Drainage Course: Aggregate layer supporting the slab-on-grade that also minimizes upward capillary flow of pore water. F. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additonal Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect. 2. Bulk Excavation: Excavation more than 10 feet in width and more than 30 feet in length. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. G. Fill: Soil materials used to raise existing grades. H. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 3/4 cu. yd. or more in volume that exceed a standard penetration resistance of 100 blows/2 inches when tested by a geotechnical testing agency, according to ASTM D 1588. I. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, manholes, catch basins or other man-made stationary features constructed above or below the ground surface. J. Subbase Course: Aggregate layer placed between the subgrade and base course for hot-mix asphalt pavement, or aggregate layer placed between the subgrade and a cement concrete pavement or a cement concrete or hot-mix asphalt walk. K. Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill immediately below subbase, drainage fill, drainage course,or topsoil materials. L. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.4 ACTION SUBMITTALS A. Product Data: For each type of the following manufactured products required: 1. Geotextiles. 2. Controlled low-strength material, including design mixture. 3. Warning tapes. B. Samples for Verification: For the following products, in sizes indicated below: 1. Geotextile: 12 by 12 inches (300 by 300 mm). 2. Warning Tape: 12 inches (300 mm)long; of each color. EARTH MOVING 312000-2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified testing agency. B. Materia: Test Reports: For each on-site and borrow soil material proposed for fill and backfill as follows: 1. Classification according to ASTM D 2487. 2. Laboratory compaction curve according to ASTM D 698 ASTM D 1557. C. Pre-excavation Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by earth moving operations. Submit before earth moving begins. 1.6 QUALITY ASSURANCE A. Blasting: Blasting is not allowed. B. Geotechnical Testing Agency Qualifications: Qualified according to ASTM E 329 and ASTM D 3740 for testing indicated. 1.7 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during earth moving operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. B. Improvements on Adjoining Property: Authority for performing earth moving indicated on property adjoining Owner's property will be obtained by Owner before award of Contract. 1. Do not proceed with work on adjoining property until directed by Architect. C. Utility Locator Service: Notify utility locator service "Sunshine State One Call of Florida" before beginning earth moving operations. D. Do not commence earth moving operations until temporary erosion- and sedimentation-control measures, specified in Section 015000 "Temporary Facilities and Controls," Section 311000 "Site Clearing,"are in place. E. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. EARTH MOVING 312000 -3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. F. Do not direct vehicle or equipment exhaust towards protection zones. G. Prohibit heat sources, fames, ignition sources, and smoking within or near protection zones. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. Genera:: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: Soil Classification Groups GW, GP, GM, SW, SP, and SM according to ASTM D 2487, Groups A-1, A-2-4, A-2-5, and A-3 according to AASHTO M 145, or a combination of these groups; free of rock or gravel larger than 3 inches in any dimension, debris, waste, vegetation, and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL., CH, MH, OH, and PT according to ASTM D 2487, Groups A-2-6, A-2-7, A-4, A-5, A-6, and A-7 according to AASHTO M 145, or a combination of these groups. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. E. Base Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940: with at least 95 percent passing a 1-1/2-inch sieve and not more than 8 percent passing a No.200 sieve. F. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. G. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940: except with 100 percent passing a 1-inch sieve and not more than 8 percent passing a No. 200 sieve. H. Drainage Course: Narrowly graded mixture of washed crushed stone, or crushed or uncrushed gravel; ASTM D 443; coarse-aggregate grading Size 57; with 100 percent passing a 1-1/2-inch sieve and 0 to 5 percent passing a No. 8 sieve. 1. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse-aggregate grading Size 67; with 100 percent passing a 1- inch sieve and 0 to 5 percent passing a No. 4 sieve. J. Sand: ASTM C 33;fine aggregate. EARTH MOVING 312000 -4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners 2.2 ACCESSORIES A. Detectable Warning Tape: Acid- and alkali-resistant, polyethylene film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth moving operations. B. Protect and maintain erosion and sedimentation controls during earth moving operations. C. Protect subgrades and foundation soils from freezing temperatures and frost. Remove temporary protection before placing subsequent materials. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 3.3 EXPLOSIVES A. Explosives: Do not use explosives. 3.4 EXCAVATION, GENERAL A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time EARTH MOVING 312000 -5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials , and rock, replace with satisfactory soil materials. 2 Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: a. 18 inches outside of concrete forms other than at footings. b. 12 inches outside of concrete forms at footings. c. 6 inches outside of minimum required dimensions of concrete cast against grade. d. 6 inches beneath bottom of concrete slabs-on-grade. e. 6 inches beneath pipe in trenches, and 24 inches. B. Classified Excavation: Excavate to subgrade elevations. Material to be excavated will be classified as earth and rock. Do not excavate rock until it has been classified and cross sectored by Architect. The Contract Sum will be adjusted for rock excavation according to unit prices included in the Contract Documents. Changes in the Contract Time may be authorized for rock excavation. Earth excavation includes excavating pavements and obstructions visible on surface; underground structures, utilities, and other items indicated to be removed; together with soil, boulders, and other materials not classified as rock or unauthorized excavation. a. Intermittent drilling; ram hammering; or ripping of material not classified as rock excavation is earth excavation. 2. Rock excavation includes removal and disposal of rock. Remove rock to lines and subgrade elevations indicated to permit installation of permanent construction without exceeding the following dimensions: a. 18 inches outside of concrete forms other than at footings. b. 12 inches(300 mm)outside of concrete forms at footings. c. 6 inches (150 mm) outside of minimum required dimensions of concrete cast against grade. d. 6 inches beneath bottom of concrete slabs-on-grade. e. 6 inches beneath pipe in trenches, and 24 inches wider than pipe. 3.5 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch. Do not disturb bottom of excavations intended as bearing surfaces. EARTH MOVING 312000-6 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 3.6 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.7 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. 1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit unless otherwise indicated. 1. Clearance: 12 inches each side of pipe or conduit. C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1. For pipes and conduit less than 6 inches in nominal diameter, hand-excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 2. For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe or conduit circumference. Fill depressions with tamped sand backfill. 3. For flat-bottomed, multiple-duct conduit units, hand-excavate trench bottoms and support conduit on an undisturbed subgrade. 4. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. D. Trench Bottoms: Excavate trenches 4 inches deeper than bottom of pipe and conduit elevations to allow for bedding course. Hand-excavate deeper for bells of pipe. 1. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.8 SUBGRADE INSPECTION A. Notify Architect when excavations have reached required subgrade. B. If Architect determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof-roll subgrade below the building slabs and pavements to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. 1. Completely proof-roll subgrade in one direction, repeating proof-rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph. EARTH MOVING 312000 -7 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 2. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed. D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices changes in the Work. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.9 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by Architect. 1. Fill unauthorized excavations under other construction, pipe, or conduit as directed by Architect. 3.10 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.11 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. B. Place backfill on subgrades free of mud, frost, snow, or ice. 3.12 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost,snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells,joints, and barrels of pipes and for joints, fittings, and bodies of conduits. EARTH MOVING 312000-8 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8, Partners C. Trenches under Footings: Backfill trenches excavated under footings and within 18 inches of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Section 033000 "Cast-in-Place Concrete'. D. Trenches under Roadways: Provide 4-inch-thick, concrete-base slab support for piping or conduit less than 24 inches below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches of concrete before backfilling or placing roadway subbase course. Concrete is specified in Section 033000"Cast-in-Place Concrete". E. Backfill voids with satisfactory soil while removing shoring and bracing. F. Place and compact initial backfill of subbase material satisfactory soil, free of particles larger than 1 inch in any dimension, to a height of 12 inches over the pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. G. Controlled Low-Strength Material: Place initial backfill of controlled low-strength material to a height of 12 inches over the pipe or conduit. Coordinate backfilling with utilities testing. H. Place and compact final backfill of satisfactory soil to final subgrade elevation. I. Controlled Low-Strength Material: Place final backfill of controlled low-strength material to final subgrade elevation. J. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 3.13 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill. C. Place soil fill on subgrades free of mud, frost, snow, or ice. 3.14 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. EARTH MOVING 312000 -9 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez & Partners 2. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.15 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill soil material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 95 percent. 3. Under turf or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 85 percent. 4. For utility trenches, compact each layer of initial and final backfill soil material at 85 percent. 3.16 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Rough Grading: Slope grades to direct water away from buildings and to prevent pending. Finish subgrades to required elevations within the following tolerances: 1. Turf or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 1/2 inch. C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch when tested with a 10- foot straightedge. 3.17 SUBSURFACE DRAINAGE A. Subdrainage Pipe: Specified in Section 334100"Storm Utility Drainage Piping." B. Subsurface Drain: Place subsurface drainage geotextile around perimeter of subdrainage trench. Place a 6-inch course of filter material on subsurface drainage geotextile to support EARTH MOVING 312000 - 10 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners suodrainage pipe. Encase subdrainage pipe in a minimum of 12 inches of filter material, placed in compacted layers 6 inches thick, and wrap in subsurface drainage geotextile, overlapping sides and ends at least 12 inches. 1. Compact each filter material layer to 85 percent of maximum dry unit weight according to ASTM D 698 with a minimum of two passes of a plate-type vibratory compactor. 3.18 SUBBASE AND BASE COURSES UNDER PAVEMENTS AND WALKS A. Place subbase course and base course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place subbase course and base course under pavements and walks as follows. 1. Install separation geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. 2. Place base course material over subbase course under hot-mix asphalt pavement. 3. Shape subbase course and base course to required crown elevations and cross-slope grades. 4. Place subbase course and base course 6 inches or less in compacted thickness in a single layer. 5. Place subbase course and base course that exceeds 6 inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick. 6. Compact subbase course and base course at optimum moisture content to required , grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 698. C. Pavement Shoulders: Place shoulders along edges of subbase course and base course to prevent lateral movement. Construct shoulders, at least 12 inches wide, of satisfactory soil materials and compact simultaneously with each subbase and base layer to not less than 95 percent of maximum dry unit weight according to ASTM D 698. 3.19 DRAINAGE COURSE UNDER CONCRETE SLABS-ON-GRADE A. Place drainage course on subgrades free of mud,frost, snow, or ice. B. On prepared subgrade, place and compact drainage course under cast-in-place concrete slabs- on-grade as follows: 1. Install subdrainage geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. 2. Place drainage course 6 inches or less in compacted thickness in a single layer. 3. Place drainage course that exceeds 6 inches in compacted thickness in layers of equal thickness,with no compacted layer more than 6 inches thick or less than 3 inches thick. 4. Compact each layer of drainage course to required cross sections and thicknesses to hot less than 95 percent of maximum dry unit weight according to ASTM D 698. EARTH MOVING 312000 - 11 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners 3.20 FIELD QUALITY CONTROL A. Special Inspections: Owner will engage a qualified special inspector to perform the following special inspections: 1. Determine prior to placement of fill that site has been prepared in compliance with requirements. 2. Determine that fill material and maximum lift thickness comply with requirements. 3. Determine, at the required frequency, that in-place density of compacted fill complies with requirements. B. Testing Agency: Owner will engage a qualified geotechnical engineering testing agency to perform tests and inspections. C. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earth moving only after test results for previously completed work comply with requirements. D. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Architect. E. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed atthe following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least one test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than three tests. 2. Foundation Wall Backfill: At each compacted backfill layer, at least one test for every 100 feet or less of wall length, but no fewer than two tests. 3. Trench Backfill; At each compacted initial and final backfill layer, at least one test for every 150 feet or less of trench length, but no fewer than two tests. F. When testing agency reports that subgrades. fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil materials to depth required; recompact and retest until specified compaction is obtained. 3.21 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Architect; reshape and recom pact. EARTH MOVING 312000 - 12 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.22 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property. B. Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Architect. 1. Remove waste materials, including unsatisfactory soil, trash, and debrs, and legally dispose of them off Owner's property. END OF SECTION 312000 EARTH MOVING 312000 - 13 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners SECTION 321823-COLOR SURFACE FOR PLAY COURTS 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 SECTION INCLUDES A. Surface color coating systems for concrete handball courts. B. Court marking and line painting for play courts. 1.3 REFERENCE STANDARDS A. United States Handball Association(USHA). 1.4 SUBMITTALS A. Submit manufacturer's literature, specifications, installation instructions, and maintenance instructions. B. Product: Products specified are to establish a standard of quality and are not intended to limit or exclude other products. C.. Submit color samples of color coating. 1.5 DELIVERY, HANDLING, and STORAGE A. Store Materials under provisions of Manufacturer's instructions: Protect from extremes of weather, temperature, moisture and other damage. B. Deliver materials to site in manufacturer's original sealed containers with proper labels attached. 1.6 WARRANTY A. Provide warranty against defects in the materials and workmanship for a period of one(1) year from the date of final acceptance. 1.7 QUALITY ASSURANCE A. Manufacturer's Qualifications: Submit documentation that manufacturer had been regularly engaged in the production of products as specified for a minimum of 5 years. B. Installer's Qualifications: Firm regulatory engaged in construction or re-surfacing of all weather tennis courts, play courts, tracks, or similar athletic surfaces. COLOR SURFACE FOR PLAY COURTS 321823 - 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 1. Submit documentation of minimum 4 years previous experience in construction or resurfacing of all weather tennis courts, play courts, tracks, or similar athletic surfaces in the form of a list of past installations including: (a) Facility Owner. (b) Location of court/surface. (c) Size and type of court/surface. (d) Year construction or re-surfacing was performed. C. Manufacturers Inspection 1. Manufacturer's Inspection: Conduct an inspection with representatives of the Court surfacing manufacturer in the presence of the Owner. 2. Manufacturer's Installation Report: Submit results of the Manufacturer's Inspection to the Owner. Include noted deficiencies and recommendations for corrective action. PART 2 PRODUCTS 2.1 BASIS-OF-DESIGN A. "Plexicourt System Multisport Surfacing (Fine)" by California Products Corporation- Fortified Plexipave systems. 2.2 MATERIALS A. All materials shall be provided by one manufacturer. B. Plexipave Court Patch Binder. C. Acrylotex MA. D. Acrylotex LA. E. Plexichrome. F. Portland Cement—Type I (White). G. Plexicolor Line Paint. H. Water: Clean, fresh, and potable. Note: All materials and striping must conform to referenced standards. PART 3 EXECUTION 3.1 WEATHER LIMITATIONS A. No application will be conducted on a wet surface to receive color coating, or when rainfall or high humidity is imminent. COLOR SURFACE FOR PLAY COURTS 321823- 2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners B. Install play court surfaces only when the temperature is 55 degrees Fahrenheit and rising. C. Do not install play court surfaces if the play court's surface temperature exceeds 140 degrees Fahrenheit. 3.2 EXAMINATION A. Examine asphalt surfaces to receive color coating system. B. Verify that courts meet the referenced standards. C. Do not begin surface preparation or applications until unacceptable conditions are corrected. 3.3 SURFACE PREPARATION A. Protect adjacent surfaces and landscaping from contact with the asphalt court surface color coating system. Maintain protection for duration of tennis court resurfacing. B. Remove dirt, dust, debris, oil, grease, vegetation, loose materials and other surface contaminants which could adversely affect applications of coating system per manufacturer's instructions. C. Pressure clean the entire surface. Power blowers should be used to remove dust and debris. Pressure washing may be needed to remove stains. Pressure should be less than 2,500lbs./in'. D. Inspect the entire play court area for cracks, minor depressions, and irregularities. Flood courts with water to check for depressions. Any puddle area covering a nickel shall be marked and repaired with Court Patch Binder using the following mix: 1. 100 lbs. 60-80 mesh silica sand(dry) 2. 3 gallons Plexipave Court Patch Binder 3. 1-2 gallons Portland Cement(dry)depending on humidity and temperature E. A tack coat consisting of 1 part Court Patch Binder and 2 parts water shall be applied to the patch areas and allowed to dry thoroughly prior to patching. Cracks should be filled with Court Patch Binder mix or crack-filling products compatible with acrylic finishes. F. On existing courts, preparation is to follow manufacturer's instructions. Surface Variations: Not more than 1/16 inch in 10 feet measured in any direction after repairs and patching are complete. G. All mixes and application methods: under strict provisions of the manufacturer's printed instructions. H. Trim edge of sod along perimeter of existing courts to provide straight clean edge along newly finished surface. 3.4 BASE COURSE COLOR SURFACE FOR PLAY COURTS 321823-3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners A. Apply two (2) or more applications of Acrylotex MA and Plexichrome to the substrate surface until all asphalt porosity is eliminated. Apply at a consistent rate to achieve a total application rate of .12-.18 gal./sy. prior to dilution according the manufacturer's specifications. Mix the materials in accordance with manufacturer's instructions. 1. Acrylotex MA and Plexichrome shall be mixed as follows: (a) Acrylotex MA—30 gallons (b) Plexichrome — 10 gallons (up to 20 gal. maybe added for additional color intensity) (c) Water-20 gallons (d) Portland Cement— Type I (White)— 1-2 gallons of Portland cement shall be blended slowly with the water. The cement adds hardness and enhances drying. B. Visible asphalt porosity after application: None permitted. 3.5 SURFACE COAT A. Acrylotex LA and Plexichrome shall be blended by a mechanical mixer to obtain a smooth homogeneous blend and applied with a rubber bladed squeegee to achieve a total application rate of at least.05 gal./sy. prior to dilution. 1. Acrylotex LA and Plexichrome shall be mixed as follows: (a) Acrylotex LA-30 gallons (b) Plexlchrome — 10 gallons (up to 20 gal. maybe added for additional color intensity) (c) Water-20 gallons (d) Portland Cement—Type I (White) — 1-2 gallons of Portland cement shall be blended slowly with the water. The cement adds hardness and enhances drying. B. No application shall be covered by a succeeding application until thoroughly cured and dried. C. The finished surface shall have a uniform appearance and be free from ridges and tool marks. 3.6 LINE MARKINGS A. Line marking paint is to be from the same manufacturer(s) as colored surface manufacturer(s). B. Lay out court line markings in accordance with appropriate governing body requirements. C. Apply acrylic line markings primer, after masking tape has been laid, to seal voids between masking tape and court surface to prevent bleed-under when line paint is applied. D. Apply a minimum of 1 coat of acrylic line paint in accordance with manufacturer's instructions. COLOR SURFACE FOR PLAY COURTS 321823-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners 3.7 PROTECTION A. Erect appropriate temporary barriers to protect the coatings during drying and curing periods. B. After finish coat and line marking, prohibit and protect from vehicular traffic of any kind. Completed areas shall not be used for storage or staging areas of any kind. Any damage shall be repaired at no cost to the owner, 3.8 CLEAN-UP A. Remove all containers, surplus materials and debris and dispose of in accordance with the General Contractor's Waste Disposal Plan and/or in accordance with LEED for Schools criteria. Minimize any waste to go to a landfill. B. Remove all spills and overruns. C. Leave site in clean and orderly condition. 3.9 INSPECTION A. Contractor to schedule inspection by Owner for all stages of court preparation, surface patchwork, and color application work. B. Conduct an inspection with representatives of the court surfacing manufacturer and the installing contractor in the presence of the Owner. END OF SECTION 321823 COLOR SURFACE FOR PLAY COURTS 321823-5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners SECTION 323113-CHAIN LINK FENCES AND GATES 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. Chain-link fences. 2. Chain-link fences installed horizontally across Handball Court ceilings. 3. Gates: swing. 1.3 PERFORMANCE REQUIREMENTS A. Delegated Design: Design chain-link fences (vertical and horizontal arrangements) and gates, including comprehensive engineering analysis by a qualified State of Florida professional engineer, using performance requirements and design criteria indicated. B. Structural Performance: Chain-link fence and gate framework shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated according to ASCE 7: 1. Minimum Post Size: Determine according to ASTM F 1043 for framework as shown on drawings for IA,ASTM F 1043, Schedule 40 steel pipe. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for chain-link fences and gates. 1. Fence and gate posts, rails, and fittings. 2. Chain-link fabric, reinforcements, and attachments. 3. Gates and hardware. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. Show accessories, hardware, gate operation, and operational clearances. C. Samples for Initial Selection: For components with factory-applied color finishes. D. Samples for Verification: Prepared on Samples of size indicated below: CHAIN LINK FENCES AND GATES 323113- 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 1. Polymer-Coated Components: In 6-inch lengths for components and on full-sized units for accessories. E. Delegated-Design Submittal: For chain-link fences and gate framework indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified professional engineer. B. Product Certificates: For each type of chain-link fence and gate from manufacturer. C. Product Test Reports: For framing strength according to ASTM F 1043. D. Warranty: Sample of special warranty. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data For the following to include in emergency, operation, and maintenance manuals: 1. Polymer finishes. 2. Gate hardware. 1.7 PROJECT CONDITIONS • A. Field Measurements: Verify layout information for chain-link fences and gates shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which Installer agrees to repair or replace components of chain-link fences and gates that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Period: Five years from date of Substantial Completion. CHAIN LINK FENCES AND GATES 323113 -2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners PART 2 - PRODUCTS 2.1 CHAIN-LINK FENCE FABRIC A. General: Provide fabric in one-piece heights measured between top and bottom of outer edge of selvage knuckle or twist. Comply with CLFMI Product Manual and with requirements indicated below: 1. Fabric Height: As indicated on Drawings. 2. Steel Wire Fabric: Wire with a diameter of 0.120 inch minimum. a. Mesh Size: 1 inch. b. Zinc-Coated Fabric: ASTM A 392, Type II, Class 1, 1.2 oz./sq. ft. with zinc coating applied before or after weaving. c. Polymer-Coated Fabric: ASTM F 668, Class 2a over zinc-coated steel wire. 1) Color: As selected by Architect from manufacturer's full range, complying with ASTM F 934. d. Coat selvage ends of fabric that is metallic coated before the weaving process with manufacturer's standard clear protective coating. 3. Selvage: Knuckled at both selvages. 2.2 FENCE FRAMING A. Posts and Rails: Comply with ASTM F 1043 for framing, including rails, braces, and line; terminal; and corner posts. Provide members with minimum dimensions and wall thickness according to ASTM F 1043 or ASTM F 1083 based on the following: 1. Fence Height and Spans: As indicated on Drawings. 2. Heavy Industrial Strength: Material Group IA, round steel pipe, Schedule 40. 3. Horizontal Framework Members: Intermediate, top, and bottom rails complying with ASTM F 1043. 4. Brace Rails: Comply with ASTM F 1043. 5. Metallic Coating for Steel Framing: a. Type A, consisting of not less than minimum 2.0-oz./sq. ft. average zinc coating per ASTM A 123/A 123M or 4.0-oz./sq.ft. zinc coating per ASTM A 653/A 653M. 6. Polymer coating over metallic coating. a. Color: Match chain-link fabric, complying with ASTM F 934. 2.3 SWING GATES A, General: Comply with ASTM F 900 for gate posts and single and double swing gate types. 1. Gate Leaf Width: As indicated. 2. Gate Fabric Height: As indicated. CHAIN LINK FENCES AND GATES 323113-3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners B. Pipe and Tubing: 1. Zinc-Coated Steel: Comply with ASTM F 1043 and ASTM F 1083; protective coating and finish to match fence framing. 2. Gate Posts: Round tubular steel. 3. Gate Frames and Bracing: Round tubular steel. C. Frame Corner Construction: Welded. D. Hardware: 1. Hinges: 180-degree outward swing. 2. Latches permitting operation from both sides of gate with provision for padlocking accessible from both sides of gate. 2.4 FITTINGS A. General: Comply with ASTM F 626. 2.5 GROUT AND ANCHORING CEMENT A. Nonshrink, Nonmetallic Grout: Premixed, factory-packaged, nonstaining, noncorrosive, ncngaseous grout complying with ASTM C 1107. Provide grout, recommended in writing by manufacturer, for exterior applications. B. Erosion-Resistant Anchoring Cement: Factory-packaged, nonshrink, nonstaining, hydraulic- controlled expansion cement formulation for mixing with potable water at Project site to create pourable anchoring, patching, and grouting compound. Provide formulation that is resistant to erosion from water exposure without needing protection by a sealer or waterproof coating and that is recommended in writing by manufacturer, for exterior applications. PART 3- EXECUTION 3.1 EXAMINATION A. Examine areas and conditions, with Installer present, for compliance with requirements for site clearing, earthwork, pavement work, and other conditions affecting performance of the Work. 1, Do not begin installation before final grading is completed unless otherwise permitted by Architect. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Stake locations of fence lines, gates, and terminal posts. Do not exceed intervals of 500 feet or line of sight between stakes. Indicate locations of utilities, lawn sprinkler system, underground structures, benchmarks, and property monuments. CHAIN LINK FENCES AND GATES 323113 -4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 3.3 INSTALLATION, GENERAL A. Install chain-link fencing to comply with ASTM F 567 and mare stringent requirements indicated. 1. Install fencing on established boundary lines inside property line. 2. Install fencing according to approved shop drawings. 3.4 CHAIN-LINK FENCE INSTALLATION A. Post Excavation: Drill or hand-excavate holes for posts to diameters and spacings indicated, in firm, undisturbed soil. B. Post Setting: Set posts in concrete at indicated spacing into firm, undisturbed soil. 1. Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during setting with concrete or mechanical devices. 2. Concrete File Place concrete around posts to dimensions indicated and vibrate or tamp for consolidation. Protect aboveground portion of posts from concrete splatter. a. Concealed Concrete: Top 2 inches below grade to allow covering with surface material. C. Terminal Posts: Locate terminal end, corner, and gate posts per ASTM F 567 and terminal pull posts at changes in horizontal or vertical alignment of 15 degrees or more. D. Line Posts: Space line posts uniformly at 10 feet o.c. E. Post Bracing and Intermediate Rails: Install according to ASTM F 567, maintaining plumb position and alignment of fencing. Diagonally brace terminal posts to adjacent line posts with truss rods and turnbuckles. Install braces at end and gate posts and at both sides of corner and pull posts. 1. Locate horizontal braces at mid-height of fabric 72 inches or higher, on fences with top rail and at two-third fabric height on fences without top rail. Install so posts are plumb when diagonal rod is under proper tension. F. Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of fencing. Run rail continuously through line post caps, bending to radius for curved runs and terminating into rail end attached to posts or post caps fabricated to receive rail at terminal posts. Provide expansion couplings as recommended in writing by fencing manufacturer. G. Intermediate and Bottom Rails: Install and secure to posts with fittings. H. Chain-Link Fabric: Apply fabric to outside of enclosing framework. Leave 1 inch between finish grade or surface and bottom selvage unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. I. Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts with tension bands spaced not more than 15 inches o.c. J. Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end to chain-link fabric, wrap wire around post a minimum of 180 degrees, and attach CHAIN LINK FENCES AND GATES 323113- 5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez & Partners other end to chain-link fabric per ASTM F 626. Bend ends of wire to minimize hazard to individuals and clothing. 1. Maximum Spacing: Tie fabric to line posts at 12 inches c.c. and to braces at 24 inches o.c. K. Fasteners: Install nuts for tension bands and carriage bolts on the side of the fence opposite the fabric side. 3.5 GATE INSTALLATION A. Install gates according to manufacturer's written instructions, level, plumb, and secure for full opening without interference. Attach fabric as for fencing. Attach hardware using tamper- resistant or concealed means, Install ground-set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. 3.6 ADJUSTING A. Gates: Adjust gates to operate smoothly, easily, and quietly, free of binding, warp, excessive deflection, distortion, nonalignment, misplacement, disruption, or malfunction, throughout entire operational range. Confirm that latches and locks engage accurately and securely without forcing or binding. B. Lubricate hardware and other moving parts. END OF SECTION 323113 CHAIN LINK FENCES AND GATES 323113-6 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners SECTION 330500 -COMMON WORK RESULTS FOR UTILITIES 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. This Section includes the following: 1. Piping joining materials. 2. Transition fittings. 3. Sleeves. 4. Identification. 5. Grout. 6. Flowable fill. 7. Piped utility demolition. 8. Piping system common requirements. 9. Painting. 10. Concrete bases. 1.3 DEFINITIONS A. Exposed Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. B. Concealed Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. C. PE: Polyethylene plastic. D. PVC: Polyvinyl chloride plastic. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver pipes and tubes with factory-applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. COMMON WORK RESULTS FOR UTILITIES 330500 - 1 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez& Partners 1.5 COORDINATION A. Coordinate installation of required supporting devices and set sleeves in poured-in-place concrete and other structural components as they are constructed. B. Coordinate installation of identifying devices after completing covering and painting if devices are applied to surfaces. C. Coordinate size and location of concrete bases. Formwork, reinforcement, and concrete requirements are specified in Section 033000 "Cast-in-Place Concrete.", Section 033053 "Miscellaneous Cast-in-Place Concrete.". PART 2 -PRODUCTS 2.1 PIPING JOINING MATERIALS A. Plastic Pipe: Type and material recommended by piping system manufacturer, unless otherwise indicated. B. Solvent Cements for Joining Plastic Piping: 1. PVC Piping: ASTM D 250664. Include primer according to ASTM F 656. 2.2 TRANSITION FITTINGS A. Transition Fittings, General: Same size as, and with pressure rating at least equal to and with ends compatible with, piping to be joined. B. Transition Couplings NPS 1-1/2 and Smaller. 1. Underground Piping: Manufactured piping coupling or specified piping system fitting. 2. Aboveground Piping: Specified piping system fitting. C. AWWA Transition Couplings NPS 2 and Larger: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Cascade Waterworks Mfg. Co. b. Dresser, Inc.; DMD Div. c. Ford Meter Box Company, Inc. (The); Pipe Products Div. d. JCM Industries. e. Smith-Blair, Inc. f. Viking Johnson. g. Advance Drainage Systems. 2. Description: AWWA C219, metal sleeve-type coupling for underground pressure piping. COMMON WORK RESULTS FOR UTILITIES 330500 -2 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez &Partners D. Plastic-to-Metal Transition Fittings: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Spears Manufactunng Co. b. Nibco Smith-Alam 2. Description: PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions: one end with threaded brass insert,and one solvent-cement-joint end. E. Plastic-to-Metal Transition Unions: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Colonial Engineering, Inc. b. NIBCO INC. c. Spears Manufacturing Co. 2. Description: MSS SP-107, PVC four-part union. Include brass threaded end, solvent- cement-joint plastic end, rubber 0-ring, and union nut. F. Flexible Transition Couplings for Underground Nonpressure Drainage Piping: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Cascade Waterworks Mfg.Co. b. Fernco, Inc. c. Mission Rubber Company. d. Plastic Oddities. 3. Description: ASTM C 1173 with elastomeric sleeve, ends same size as piping to be joined,and corrosion-resistant metal band on each end. 2.3 GROUT A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic-cement grout. 1. Characteristics: Post hardening, volume adjusting, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications. 2. Design Mix: 5000-psi, 28-day compressive strength. 3. Packaging: Premixed and factory packaged. COMMON WORK RESULTS FOR UTILITIES 330500 -3 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez & Partners 2.4 PLOWABLE FILL A. Description: Low-strength-concrete, flowable-slurry mix. 1. Cement: ASTM C 150, Type I, portland. 2. Density: 115-to 145-Ib/cu. ft. 3. Aggregates: ASTM C 33, natural sand, fine and crushed gravel or stone, coarse. 4. Aggregates: ASTM C 33, natural sand, fine. 5. Admixture: ASTM C 618, fly-ash mineral. 6. Water: Comply with ASTM C 94/C 94M. 7. Strength: 100 to 200 psig at 28 days. PART 3- EXECUTION 3.1 PIPING INSTALLATION A. Install piping according to the following requirements and utilities Sections specifying piping systems. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved on the Coordination Drawings. C. Install piping to permit valve servicing. D. Install piping at indicated slopes. E. Install piping free of sags and bends. F. Install fittings for changes in direction and branch connections. G. Select system components with pressure rating equal to or greater than system operating pressure. H. Sleeves are not required for core-drilled holes. I. Permanent sleeves are not required for holes formed by removable PE sleeves. J. Install sleeves for pipes passing through concrete floor. 1. Cut sleeves to length for mounting flush with surface. 2. Install sleeves in new slabs as new slabs are constructed. a. Pipe Sleeves: PVC pipe sleeves. 3.2 PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and utilities Sections specifying piping systems. COMMON WORK RESULTS FOR UTILITIES 330500-4 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. D. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. E. Pressure-Sealed Joints: Assemble joints for plain-end copper tube and mechanical pressure seal fitting with proprietary crimping tool to according to fitting manufacturer's written instructions. F. Plastic Piping Solvent-Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent cements. 2. PVC Nonpressure Piping: Join according to ASTM D 2855, G. Plastic Nonpressure Piping Gasketed Joints: Join according to ASTM D 3212. H. Bonded Joints: Prepare pipe ends and fittings, apply adhesive, and join according to pipe manufacturer's written instructions. 3.3 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3. Install dielectric fittings at connections of dissimilar metal pipes. 3.4 PAINTING A. Painting of piped utility systems, equipment, and components is specified in Section 099113 "Exterior Painting,"and Section 099600 "High-Performance Coatings." B. Damage and Touchup: Repair marred and damaged factory-painted finishes with materials and procedures to match original factory finish, COMMON WORK RESULTS FOR UTILITIES 330500 -5 Flamingo Park—Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez&Partners 3.5 GROUTING A. Mix and install grout for equipment base bearing surfaces, pump and other equipment base pates, and anchors. B. Clean surfaces that will came into contact with grout. C. Provide forms as required for placement of grout. D. Avoid air entrapment during placement of grout. E. Place grout, completely filling equipment bases. F. Place grout on concrete bases and provide smooth bearing surface for equipment. G. Place grout around anchors. H. Cure placed grout. END OF SECTION 330500 COMMON WORK RESULTS FOR UTILITIES 330500-6 Flamingo Park— Existing Handball Courts Renovations February 28, 2017 WA Project No. 28010.00 Wolfberg Alvarez 8 Partners APPENDIX G Plans BID NO: 2018-223-ZD CITYOF MIAMI BEACH EPACH 114 4`I. '� � \\,' \/\ I D EACH CITY OF MIAMI BEACH , FLORIDA CAPITAL IMPROVEMENTS PROGRAM FLAMINGO PARK - 0 EXISTING HANDBALL COURTS RENOVATIONS 1200 MERIDIAN AVE.MIAMI BEACH.FL 33139 LOCATION OP PROJECT PERMIT SET •jos=a»=>oea MAY 17,2017 a AANLMm aARR IIFlEf%� mins TE1BRnIrri salBRBarrBB/ •: uRror CITY OP YLWI BEACH, FLORIDA f-aaRrar/N .M1AMI MAYOR: Mayer MUD Levi. e1M44i 8EACH COMMISSION@ Micky S4mDn, COMMISSION@ Welu•i Onua 'Iv,: __ COMMISSION@ Joy Malakoff • •• `ire • COMMISSIONER ROO.RomaGeOaWR l— :. `[1■ COMMISSION@ Rbky Mtlola • COMMISSIONER !ohm musatn Alvuu --i� CST'MANAGER: Jimmy V Maralw CRC cum RW J.. Ja • l • C Cum Raul g.Granule CR DIRECTOR.CD, David Ea..,Pt .' &. 3TAJR CRC MANAGQ/: Err T.Carpel.,PS • 0. PUBLIC IORLS DIRECTOR ,•. ' IE DUPP YM NgLFBERG ALVAREZ •,.aNear.as.Egon.Dm.. MOO mR.r MO r asw.avwa /014.1.12111 nn AVMAgNArE GATE aM SWUM.Mat w.=.04,04 31413 v Me . MAM • a.OnO• vKarBEVC,E,AR¢.ON u.4,1 Ea)02334 • • INDEX OF CRAVINGS 1 31,EE' JEi:1Iw•I0J ,1.11 I<kg i,:11YG a 411 ,Z.1Z.1,0FY 7lVlJMM11110.0%. `A` }� :1rom1a1 W .... '1 1 TJO.i laa.v1,0 a :' 70•I WeelM AD,P IlaCnow,... a :a“., 00.01lplaV>�pxp ci tOFV; M J YOOOCPA< J Al ;Nora..aaN a 111.% mammas aF ai m Ill %V Juq VOI I ae3I3:11t.,i ;�1 0 VI *St EP 1.111 'N z VI 3cYA04.WINS • va x*+E. a a =z 3INP41E 0 O 3 :Ln I'CIA.1*Yak WEE it 2; ^11 kX.RAi,. L.VAI • VI> _ 41 1.eaao 704OIEiFJIOONlF r —0 3 Z B!MCA W W i.I P11 IF 1 4J01w11I ,I W. 40M1axjt„IIO OI Y N 1111 VU1' ICI 91 Y H z :11 IMAI,PM:i • a X 3 a.7 0 ..U I 0 t Z i J 3 if E i ..... 2 .re lea o_........ w._...,r.�...,....,,., _a...In......_........_ .1.or ..,w err.a.....mowers ._.*le.,»..... "••••1..r A 1.00 SPECIFIC PURPOSE SURVEY Locum:ows aarsocx z A. IN(00 PARK I:SI ETIC ' NO ) wr.s 12'1% VIZ r' Vrt 1 AVENUE BEACH, FLORIDA, 33133 MP .• , a r ; , a r i Still i 30 !..) Da .-. k eQe '. s , r a,= r r le r r s ix •* r�-�•+dCr1L, a:'.`'7:':-A.,• r1 C--I ITl rlr A ., � � " y.`, ..y.�i��� - -- MIAMI y _ BEACH, RLCRIDA • i t►r" r r-._.,a......--.' 'i:'t, T .;.s+:!?.... Y I 1 . FLCPDA HTS 1"LNAL ':,' • SI�, •01 LAPD SI RVEYOR4.NC. ' + Ir ret.....� .i'.,4.....__ r' • '.e. .• I. Qy/. '111' *air 1 r.•... :,1 I i •�-.,1..•1 a;F-+,..r ' (4.:.•'.1� • 1 .1 2 1' s ; Orr. 7 '•�f :coI' e *d io WOWaaao«wwcew++ v �- _ P Jr.Ord. 10KAaw oz.... -- • wcTcncR ra es er.Y. =.7,,-.7:...:::.T...:...-4-.:1..-.:-.I...:..-:.--:::-:.7.----:-"..r.,. --! 1 );1-1 '4 r..., <7—CYi . . -..7.'"1:::.=" . - r 11 i 1 ly: 1 .fir - ' y"F.= ® -:3i 1 i _.: i ,IiL'r� _ mss' .: s.. - _ I . I I 1; .1 6 ; —� "'fir s. li ll 747 vr�, a .-,. r ,i 14( !II =vas. Ca_( ..'- S `'&i are 1- 4 ' ). I i 1,0 �y ;_ �' 1 j/ „,,,, 1 0 I'11 ! 1 il 47‘11)71W .0 ' I 1 674 _.... _ _... I : ails• SU TT-7i j i i I -J +F I . > i s• ow•=';' -•_e•_•�•-� •r_•_ OELOL'fICM rCiFS ` Ix li 1 . 0• � 1 _ = 1 • 7 .7 -.,, ‘„.....„..-. ..""rri....... Lemo OWN.A7(I'M 7ROT!C ICN?°1C9 — -" - _ tI =um RAO r.. 1 " .._•_.._r._.s..�._.:'•-"'�•"'�• CD DEM 0;TON k R!MOYAL5 PUN C. ! suu.I. 1 ca3;" 1 I LI ._e ;t I fr 1I L7'4 , a.I n� MI f ,� Ili!.. K t. :.• -...1,• _ � 'I . I17 -.-. ... 31: I ! 'III .4 1• "--11.-7:-.7.; 1 I I' — 6 I _ 11 I I 11yll •i: wo" sir r II 1 1 �n a a}a ¢..r} ._��.. a I I �1� I 4C. ' ,, _.�.�......._0 11 II .} ; • elill s, I , '. ' .r rI'm'isp `n 1 0 .._. 1I! I lI rid r t'!,,''q t. "' . _ II Z— Ill �.�% I/; 1 ,I . r-- v--fi 1 I - I! .a,.ik -� I!I . •!: I i . i;®_i i�1 fa> ��g X Z 3 W y7. �1"..-"1.1:::". YN i tl ! . ......wllar.r... Z f J LL f ,cANCEETE PtPEYENT SECT!.OY Minn MCP WIT]. _. . f � f r.� _ � T7:11 r-a_ s-rw1 M—� ..b 1 tasIerdu — - i L, TLYOI,T e.t.a "�' i .m C.2 I r .. i I EII, OIL 1 1, �o i i '-• 4 ,1.• . ._ _.__..4., :1.9'..1•1 1 t.'rki II 7' _ ,, ii ... ,.. . .. , ..._.„ , _. .........,...,..... _. -- ter.; +s'y I ' I II d Ir�3 r +rr' .. ti+ ..:m'•0......... At, - f[c; 5 sr. iv,-.................... I1, 1' I ... 4 J11 I � i1 ��4jp, , ..... _.i .. 1 < 1 II 1 'I 1 9 9ar? Z ! {. fit- �) 2Z 1 ! ,Lr4�%YiFiFZIy. ..; o r 'er Zh- am, .. .-t: . I; ' - ® ., - °+�c , q> +q i'• a I� it I .: �a:..,a.. -`.'` ",., ...' I .N 1 I I I �`.f .. r� ! W. W Z .� 7I,{jy ® W I1 1 j 4 ♦ I Pi I be IT ...- Z.- i - 1� ��-- --�Ftri. K_J+ I � 1. < ray= ,._�. a.' - �..e•.•�:.� 1 aftmOaa•e _+•rr.r aMro�s[...~.•i... a. • iZ I1 J • ':;TW:a�: < LL ; UNINZLAZ =MI 11 5 • ....,r.w .40 da.a•s••r un t MIMIC.maw r =Na21•Mal•Mao‘al VD p Mal* w.aAO NM '®' ,® .wo aN.s r ?• �.i.•.�..�O Ar • r•.we.N. ft,an s. �Ei 2INEllinnalnalan .t.r ... .a Sada.. � _a Raft am r .�r ••••••••••...................... F.O.rss •y v .L . _.. __ _ v .. tlaaaau. . •a v 'wi�3=w. w.M�.w t •••••••MO + RP'TRAnON TRENCH [MUM. 1 (DGBADD'G!DBAINAG6 Kai ! =""'>r C.3 1 31 1 I I Irl ;I �i..�i^� «u �,..5 ® .1a 41, ., rl44;11 ® : - -� -i1 1 ■ • I t. 1 >--- _ II I 1 it I: + . __ _ '4' I 1,I,�j� _ '� :r el t� _ : '�: ...____= I,i, I :r 111111;:ax -� II Il N �I I�1 h1 . I — ('rUl.9.llJh. Di I l' . /' 1---y—AI r- 'an!, �1 J •y! �i is i k. — @ ! f '.'. i • A I. a iii I`� i � lip.' l �.. t.� ti 1 c 1L i z II I . I JC 44 1'g: i if i 1.44. __.®. Ater%` . ;= A 119 I II: 1 1 riv,z• s =,_ • • ui =ELME W fatal.s...�.aot s....MT••_a r..e...m. . X tl•__®r ..a+011.2._.m..w.or.s i r _.m Voi..+ ._.emsbow son• C~ 1.�;; r az 3 .r _e........r... d� i 7r.rm..�. ..e ._.e �O Jw_0OMr r._V...w r r_e LL " t .r.er.r. _. mow _..=PVC s.v �— T' .u.u.•••••Zan 11 w/.i I r... _RS 117 L'TtO •V 1 O1POLLN P36V N:ION PIAN MP" iciw..0 __ 1 ,.........«_....._•..,._...V*..... um.,.ft w or..._e...aro,......_ C.4 1 n J coI 0 Z • _ <N I :.c-�...r..-vie.oT� _ Q i I CTf1611 Tint_P(IfTIMOR PRSYSY110N MOM 4 GETS I i : ... C.5 I 52f,0 1.2232ND n. MOM NY Omm r-1M+14+4+µ+114; O ,„,...•.........•• ' w *iii 1 _a i; m�iIE 3 ro i 'I, • • b •O ' o I i o = i F__.:a :_ 1.46. 4,344:, =:EFtfc: t I o` I o 0 0 r'i r. • —_-ice . .. .I wawa.. i O i O e."si�. ..J .. {f : I!E a `'___ . .I,. 1.--_-.1-,wawa. I 3.........._•„•= . m ..e o ;i ooo I e_w Z e o j o 0 0 �' I ®� s i Z C.- I o e a a e o o e I ..�. CBO R O �L� a a o o I a a a o O ®r_ —g y O o o I a . o- a / ` .. x w 3 F' \ ; ! i t ®M' w y i I ®.p•� fir! . z z p o 0 0 , o a o r i �•a• i!Ii i OD I ®•�•a Y!n i __ _ 0 I O j 0�T «: a.7 P.Awawa ..r._...I .... _0 J 1 i : ''......'''''''.7---C)---\ / 0441,11:1" 4. fry; �++rFF• i -� '�yy+ ; T1T • 1 no 0E RL31Y r1{ANDBALI.COURTS-ROOF DEMO 11110 OHTiOV NAV �iBIN&LNDBALL COURTS-DBIIOLITfON PUN P.m. i mar to.r• wawa..ft w.._... ........loo row.. ......,...._•. _..._ wawa awls_ boo,* Da3.a i „n■■r o 34 algal MS am r ..yf er F' .i:44 ` x2 i! n ' = b Oy�... ' tam tx7 . �. 3:ns awn wt, I. `� � '~ eta 3' a ME 411111.d 3 r n, �. r-r .•ops. J a 'Fuy ,�, Off.�.. m y.3. , ,r 1 „may Oar_r.”•1�� W z 1 MOM IFS ONIO Lu VI A ' 3--....... z f- 'z O wV.,• Q. 3 O `1 O O 1 0 z f- i Q s J LL MEM ii Mb IMO i TOE RUBIN RANDBAII.COURTS- OEHOLITION PHOTOS ,..._._....a•.......a...am,._ .._..........Ma tome..ma .�..a...a, ema,,...._...y Sal ..��.�.4r1:4 DA3.O1 A I _ i imil ...... ....... .. ._. _ ! iso-. . °.,�...... . ilk _.:,:: °w.. C wol maw ems vs so s • 1 Ar.. Elle=. la..��ate. 1 z+jl� `9."`..."41t1•1‘1•.116 044 _ rii+ffrkriyif ii `� �., _ Ops J Hifff•I.H444M O "l.1 v -.. °-7.,. t.-,,., _ 0���,� m ca CS=QBERT/m..4 C, AAS HANDBALL COURTS ROOF DR 1O PUN OE C, HAS HANDBALLCOWSHMO PHOTOS 0m.••..... <y O . O As =NS 1•01 Z F' G I 1 • F < z I _ s a �.�r » • I J I 0 1 - f AraZ.w� W Z • jLts A+r�. Y to i h-- A�.�.. C f T SE O Our o i o ..1 i O j I S i Y.I o- 1 i O O I •4 ass ss t 211?. _ O Alv I j IL . .,, „ �_� \ �1. pi ar:0 C, AS HA.VDI3kLI,C ICR'S DEHOL:IOV 4.1X1D• A32+jj aw,_........r..w ................*....•..-.........._...._..... _........r-..w....+... o.u.r........ .... f RWL-TV-7-7,1t-a--,:+2:'-'; =..2.7-1711F-- id .:sem ...........•. :, - ,I c:._ 6661. . -. (-0 4°-0 r_, __.,,, , ,:, .. LI 0,--- •-•• -40.40•004014 1 =101 .... .."........:"...2. •401.4M0/0044•4 40 M▪I 001,44•MIR 10•44 MN Le ' • pa.004 ID 40 00•110,0•141•1401• 1101100444001.0.400 i . .0 1004111/0 10•011.000 000001104040100/4 M▪Y :\ Q � ., :r_ 'o ` � .IL SIMI \Ile,:\ \ 1 1 ill 04010010 4104010•110.0 I ...i.g\41.i i 1 ▪ a_•O w•▪ •• G • Za a o a a a ! t? :!sp. k o. _ :, ..., —Q O a a ; O a a '»▪ ain Kz1� �� Iij<i ..rSIR _ \ (1/ .0.44.0▪ 0041 /000 0/40404H !; 3; \17 \ .•': , ay � '-•Q \ 00 1.1 77T :I O O *▪OM WS 41101140 00 1440•0 0•1004 00 W O co..ZIMMOIIWIM.IMPINI .I. 1 OuO �®(40%"▪''...101:47140.1714•0117 _w10▪01/041140 1111•1001110 _ =r________i \ mma.4 1100 ®' ���: (6241004404004.40.000 ®NM iw-- 00 101411141•1410%•0010 Miaow IORAIV•�AYDSAGL C0.37S ROOF PSV 0,smen was OS RUSUT S1 HAM COURTS PUN .............. i .•., A3.01 1 %..r et,I6.0410•44.4.44.04.0.04r.410...ay."_...,... .«..6616.-_.-....-»re mar._-.....ea•arr....,.. _.»•• _..,142.6.»>..-.0 4....10..0 ....„.., z„ ,. . . ,,, 1 ,.. t....-„_....„,.._.„...........„.:.i„, �z a'i I ] ,.....\ � . , • ,...., . _.,s. i t :ii.,,,,r?..13 \ 0 I , _ ,.,..... ....„, , ;. -CS7i L ,,_ , , , .,,; , ,1 son (3=TILAVZ•Ter Cts =int... Zzr^ -- 't-C) Lo arl 1 4b b cm.ammo Imes a Iwo w �. 81 F HANDBA,•.comas ROOP PG-V _w:_'. °�;-�'�'- ' _ \,..1..."waL.-,t ry3 0••••••=••••" . I =m I 1\\,,,,z). -OC \ a� _� (no a i .s"".'ww... ' 3i. i 1 \-cei . . I-0 ''----: r0 \ i __, lo ....L__ L_____T ...,...,--- . . . 0 0 0 2:%:::=""''''' 2 1 Vol 1 \ 2P. SIR th 9.I.E.:.-77-•:::'S-7 t 1-1 \\\\\. 0 al atottoom I ! 01 \.4c t TEMF.pAS HANDBALL COURTS PLAN ®----..- A3.02 l✓ 011111 - ° er t1-11 .Er-ii:••••:' aft • nom::n: rei11121MEM21■::■■:QEMMERIMIEVI ° �I o _■e■u�r o - Io_:r.�_— --a114"11.1.1.1111..11 ..arra. o. w logy V. 98j{T CjiMS HAND!MU.Courts SOUTH ELMITON !1 vs;situ;!ALMALL C 0." I SECTION �.;� U °� J o o'er • I CO c � 13- z, , MI2MMIII riiii= , k_..v ii .�ias�ii• sr �Q�IMAM COURTS SOUTH BLEVAITOY(NORTK SOMAS) n � - •... . ®«;. t 0: 4 C ^"'�/ �- !OE S'S, 11eaB_+,LL ours 7" SECTION �. ,... �..... i .I ®.•7 d 7 0 ^ ° t < ; e▪ w — ▪ �..1. .. ! ® �.:,..• • O▪sem =w...., : ;:' — v2 _w,._. 0= sIIs;s 9• — Mir.s ' ®""s"" A4.01 ■ __ +Il t..224`.-2 • i , t,: ::" 12=-1 i -4 _H___1_1-1 f Er ......, __.. . /* _ 2. -- .• /��//%/.\moi.\/\\///\\A /11,..1.CAL SJ(YUCHT SECr.ON )3"..1i(. d.i' .1 DOW PAY VISE DETa kr:.4•• p - . . \ SC�1. v r. A.0 't x41: :ti s. it 1 il•LIEWIY ..I 0 Z Z C - ..... Z r QM r9.10 DOOR Pt41 k ELZV\TIDY DRTZ co Q 4 x= 1 III W C 1 YN 0:1_ <r yMd C 0 z OU I 2 1 7.!. 11. . y +�'fb �j Q� i t J 1w III 3 '� a �. " —",mow $i y' ,J r� .. a f II _VA/ `4irk IC 1 :''' ]s'7:::. $"'esti ' :I B.�G''- ..�.. D.a;.4," < .1 ■. fin. 1( • HALY LLY[DRUMS AVr..1-741:7 _—n.. I A8.01 i • A. • Ii .; 111,1,.... i «. 11•00........••••.•••••11.....1.0...00..........11a.........r.. i 110.4:6011.‘111M0 .w + :10000 41.10•0111 / JI '. '.� 1101111' . NomJ Z .........._......-1111 QN a • 11.....11.••••11.......11. ... V.:AC1R;7',14.'4;E^CN_ Z— • r.—rq•�.w.M.rmn�r... 'A> 2 .. 1.01.1.0•MlimaionI.6.10m1.•••••••11.10.11.....a.ay....el a 1111.11.011111.1101 w W ' rr_ .......ww,ra_..w_ru..r.�...r, a:s :A Y. , n.rrw.r...r..-r......u.,_,.rrr. Q Y S. Hr,�rHr I Ii � 1111. _• .. 11 _ , vni , aim ! -......_ ..„ f OCOM -s 1111. O.L.O•fR CC'24CNi SFG^CNY wKtr..4 r• 51.01 •.N r I.......•.W.w'.•+w.n..•r re•.sa....•...u ow........_w•.__s+rr+...............r w 1111«1111......sns w a_—., •.a.•w....W.ti_....= :.,..,.....,t) ....:._ r • J WAX lir1 / ETA 14D DRAINAG3?OR?KC-I (TY?) P. I Ii P _ i l[Jrt+u•'CU W^1 I I J i I a o o _.. I 111 II all I a„ M =z 0o a z, :r SA 'a zl > •; — _—A it__ -o I �., �` 1 _1 SR. S ._ 391 a r I• l' • '~ oo - — I I o v Lia 5114-11114 — IN. f ---•—I r .� MI MN --- --- I fr~� III I El MIIIIIMM , , MN Eir, =mot MMini TFLOOR PI.4Y HANDRAIL COCRTS-PLUMBLYG NOW MAIM P3.01 •.......wr•..•.....rr............r.—.—......r.r...._..--«....... - ........r.,..-......-....r.........r.....r dv.....,e.....< ..,.... i MO .=::::::=..—.-.:,== • __••,r PLUMBING LEGEND PLUMBING MT=CONNECTION 3CNEDUL[ '.'�7=v1.7.40.11.:=21.•.;• mIo unarm T •... v. r ^r` '—■n_'^°" ..ut:aoNmal..■Nq t7,H w UN... •2iit.�iT7C�....r_.. •� 1,11 Z r.v r .. w.�� 1 r I T.-. �'H-6h,•_,_.f- �7 I — r•••••• 9 ,,1�y ~.7 ,... .r....... - •• _ ■-. r t�� �S• -..•7`.r..:. ..'�' 1••• � .t i1. • ��?...w�'�`wu.Y.it vv.mn s_r -�•- .�.�amen ••• BLDIB OP ILO MPAL UBNDIMB PIPS W,*T 11MYMR AEBBINB i�'RN Ofl. S CBAB7 __. r...•••••..... .an __w.r._.r_ 1 - ,.ter. �r a. --- -:r _ _ .... s •••••••••••• ••••• _..r a : r•Mi �o I - .r sI .w ••••••-"T"...70.1 1 • r.,r J 1 r.. 8 AAAA(-...(-. �; �... - L a J Hpi�VG NOTES `:JI M���YG LEGEND &SCHEDULES �slPLl[11i��G LEGEND & SCHEDULES a J'a's z a=; s _. a n 7 S3 ........... ® =z am•V ..= ■ B� c7 O 13liC..h. ••• 1 , ,..., z, -a - SIVXCau Mk 000aoona aaaaaDca ea °,. x-z I •••f •, ............•••• �4 !t MI �+. w w t —— , zs reap= le .,. �_ � mens M FLroB s....... r.. l�Ol ll♦• r a gl _, Inas. N -z= C o =j ", moufic . -_'�' BM a COOP mai IBIEDSkes'mum 0 V 1I r..\TWO WAY CLEANOUT DETAIL (s.\Mg RISER CLAMP DETAIL r0\UE.1 AfL CLEANOLT DETAIL /N\TYPLCAJ.DRYWELL DETAIL _(-7)ELECTRIC WATER COOLER DETAIL =- I, ts4 xuc...o- ts.OV XIS. I :!£3. Vis. sie Na . .. ata!SCAM PLS. J IL U I a.pa i1 I P6.01 J =NAM SCUMS GENERAL ELECTRICAL MOTU SYNNIOL LEGEND .T•ij ••• • =•••• • •••••• ••• Won,.nrf ow. •••• ••••• ob•••• tam..womr:rmr, ••••••••• 'a..I• ••••••••••r •••••••••••• •••••••••••••••••••••••• I : -A •• I— — — — — •' ;•••74":=1 Z:2•••• 71•T ZVI%74.: 1001.4.1fttli.Mt. tm.•••••••••m•mes......••••••••••••••••••arm.m. lar••••••••,. ••••••••••••••••••m••••••••••••• •:`="Ig. .=a, • •azr=rz.••••••••••••••••••••••••'cm ?.....43=.:••••••• MANN Oft.. GENERAL DENIOUTION NOTES: • ••••••••••••••• z I =1A•TgarlAXA•172113=TILTATA7r Tr:or:a :;••re••==rie.... ••••••••••••••••...a...ft.... ••••••••••••••••••••••••••••••••••••• •••••••• ••••••••••••••••••••••••••••••••••••• •.4•••••••••••••*Wag WED••••ft/M.IN*comma t.,74 WON • --••••••••••••••• ; uulBseNArqms : = =am 4.• seams.nat ===mo was 00 i,..1,.."••••••••1.•• -< Z -0 2: x z Iii .4j X V) X <x V I E. 0 2 / • I ^^ ••••••• •T -11==4. .1.1.•RIM E-1.1 .re al...w•mt•sr...W.rowel.Os p.m ••••••••••••COM1.1 •••••••• MOO••• •••—•.••••••••• • ,••• •MIMMI.O.04.O.C.Noma 1•••••••••.•••••41.11 Nomig%Ann. 2. a 33. at 2. 2. '. 7.•it- -' . ...,---. - L.----1 .1; i :r..=•:___ 6' 6' .. .. __=.f.::1 „! , , - 1•••._,.• , :::: :777: i....1.-. ' r"•••••:" :::i: ci. r-c . . ......... :.., /44 ill I i i!I HI:E [-,...Ej P. I Cl. t.`` .1 a. 1 Ek...:1 — -:1 a92 awns Ara e••••:s. a var.Jar no a eon!. .....1 mom urn vox s•awe .."'ammo•<=e' La 4.-- •. •• :.1-C4--..1 '41‘.- :::Eze.; ..! na J -,. co _ _,,..1 • 1 a z <,,, :::z a 0 OM*LINO VW Mina 0.0 60M MI•a amen a IIffe, ,..".,....., ..;f mom,Men IV z elm t CD on mi.p.NDRALL COURT-mum( - '..4"-• .--.0.---- ,,, ''..--- - ';' \ i z ---,,,i. :,•,- ..- ,i 12 Air ''4 .- ... r .- -' • ..-,___,. . „N-. ' ''._ „, •_,- •;•-... .. - ' JP,I.1 • 0 4. wX z 1 F =r• taritIllp....--....;..." t.:.. 1. ,•" ,11:, 14, c, 0 010.0.0.00 Is is ad. Fri .......•... '5 7:::ZEE; i i 1 M4"0 . 1 r-tiNTI. ';-'* '• "!:"..] ; 4 i-- 0 u ,0 0.0.....•II MI ee.la I• i i - z. •• ..... --,-. ....- ____--- . : ...__ • ,-,0 v. • z s-.....(3).00.<.0.0•100 AVM MOM me 0•10 MI•mat 41 f`' ......1.0:0A VE:41 ''''... •.'•'' •• . .:'1 - - CC i 1••••,0014•41....0 20010 4000•1 Maar : AO allo• Nag.MAO 01,01111 iall0 a 8!......L., ...awn 't• -: .l. l'i"t .4 4.•.08¢ I' 0 SR 1==11111M W, tea 14 -...• -.V i . 1==iffiNk ..... ! 5Z1figlire AfillTil4114a747°." IF.43 ce = .. =, ......... El IIMIlli ail °owe 0.05•1,00.e. -.. ' 6.fr‘ .1. le 74:=I t Al ON 21). -.1.- M IMINIIIMM ....4 Ma•NOM 1, ...,.., ' I : = MIIMIIIMEN _.. . N. r," sor 00•.•11,006 I GO jyr$151As HANDRAIL COURT - ORMOLITM IMORMERM • r i mar la am::enrol a:.m.o. ..as....•. .......... ititel,r 3 yaw Qom=ow••• ems u•••••if Mae 0 It Man :3 0.000 .. . 00.0....... Sj S OM.0 04.0.01.01.119.• 40.0.0 02•/mei DE.2.00 } • • �+ • _:___.......,,,„.__i.__, 1 1 ,44 tea. , L_=i r;.�r =Y ..$�. I°=- e IU _Ea Lew.. %44 1 Ia gt . Sil I L -.9 ,5.10 Jey" S;, J„, El al '4.{? °I' 4'.. Si” - m• I O 1 r'1 _, I III I I 1* Si V O x< r. u- r---j i----' , SGA • �1-..r co... �...,_�� ;; f1 C Y i 1� 4 G I _- % 11 5,, 01' ".�7;-5-$51'. I -_ •` i -_" c. t I -------- �• .p _I• SR _ �� •• •rw <L C F_1 4 I' j I1 r- o if . - --�,.. o z ! a 1� :- : SR � -_ _-_.. aw.r j J U �__ __-11 ' B B f 1 �' ..--..- Oil y, 1 MIEZ ----- ! Ns ....„--.-_,......\ ` i ! - - ( 1 -- -- - - INIIIIMW == t \ i . 1 O.N. S IL Eris0 P V HANDBALL COURTS—UGHT!VO '1"r WI' E3.01 ....a..........P.P.....................200...0.0.v..•••em,_...our••.0 u.......w....0 awr00 a a.....10 w e,...,pan/....w.•.c_u.,....r a...,YI...ra,..... • • S.P.Sd•dom MITS1111LIZIMil. . • ' '• ••••• a .... . .............._ ... cool*ad. I i ,.. .. . • ..... . ..--a-.......,,.... ... '. • .......'• '''.............. r .... .. ',.. ....•• ri . ,..1.:z... 1 ___. • I , 1 i ............_ _,. . IA '4`,CAVE SIM r =PM IIIMASPIT IT MOM .... ...... ds• ••• ......, trona rorsd dr. "...i...47.. :•••.., .... ....• . I 1.........r..... I .-..• 1 '.74. 1-717 _. • ,,i‹.. P ",d„..........., . . ' - t Pin 0 P. 'td•9 P II ..... .......... .=...-,.. ,..-=."712=1C• ::::.....-.. • • sisamscomminimaraz. • 4 ' PPP. PPP !. semssoasoximmismi MMIS11115-•/—famISIMM:MMMMINAIII ••••••• • m=m,........ .......-.. m..,....... ..:.E. . . ..... • . . I • ! • 111•44,4i=immdowtdmmm.....1 •.1.•••,;";.m......4. : 0 1. P '• 0 PlA P i•IINZ=MIIIMMANIMMINIMIMIm . i•112•.•...1.111•2MMOMMIN=i5Milin •=1:•••: . Mli1:1=-..TIIIIi•I=M!MI ,,.. A Amp 1,1 0 PPP: OPPP sm.,•ilimimmiuscmommmia=ME COVCRETE., • : OPPPIPPPPI minssincomm•Emoompomdim,... •••••ssixtr....,=amarmamelammi loam ammarrm:m••••• , :owin : si6 0 I k.. .1 •re P PP: P A A milaaaamtm, - .. . ..-. .. namm. li .... ,P V %•„X 0 0 P /A10111.HAMMY : k:,• .....•,•••••., "••,,,,,,,••,,,,,......... „, ... al PAPP. OPPO ..7i.. . 2R I . el . • • z I •. .. . - 1 A ." P + 1' a a a :PPPX:1 < p • 1 ... S v. .. I . P 1.w.X 0' P lkil• P I 0 0 it- ' 1. • P A . '" 1' PPPP' XPPP,, ••• 2 I 4 . 0 PAAPP .0 - 1 ! ' ir P I A 'f, : • PPPI, P 0 Z> • • II i 0 S 44)to 5,-11"; •••0 i • plw ,.. . ,ffl I'll i' 44 4...a&W.1, J. CRAVit ..1...--;"....-.... ...-----" •Ce 11 a---1-----: A P A , 4 0 i 4 P A p .40---.11% .• •1 i 1 x q; I aria. 2, 1 r. ‘I UP esP 455 P 1 L • --.-•--12-- 1.... 4 Z • P P 0 . P • PPP NrtW IP P - ----*- , - • I •• ___.__• ::_--_-__; '-p--r-p--, -p--x-w--, 1 SUB 0 [ I i r .• 1.• P A ,.. __ . 0 P p 1 I••• P. f• , P r I , ;. CRASS 00 0 A '; ,...113 P P XXX.M.LX...1.AX P ... - . X P a. a P•P.P •I -P•-• -41 .. 41 ' • r P i 2 4 i -i-1 • - if SE [ 2i1 I PAPP3PPPP I -----• • v :I : it_t 4.., P a" a .. IF P 1 A AP,J11 P P P P . ., if 4 .,Ir .,I r .-.-- / $ ' •••• • A P 1* P AC 44# Yi55.r 1.5$ il%RI (.- . A 0 : ma.a sds duds••••• SS}mom a• ...,==,....=.• • ' ' A • V PAM:Yr L 17.."-.--. '", i ,. ...... Ci. ...,..) •—••••...\ -I-1 1 • LP. \ if /I .........11. MEM. r7‘r.01171 FAN HANDBALL CM'S-PHOTOMETRIC •••••1111.1 , N.,....„roul/r•e•' E3.02 To Too am*•I so a.m.,.....*.*Id.ode on......•...Mr.....w•••••••••.........•............t.........•••...do...•-•••••••...se do as*7.,.rem wow,.morrow.ow/elc..metd.•',OA,•ono ••••••sla.Me wow. • g, s --.—A'!:,...aa4..r. . _.sta.:•. :., ._ ,y::y:.i .a..•••_._ -•--,.��e+ a....7•2,t., ,,m -4.74.- —"'",—.--8-.9,..--1 .7r- tom= : -F: -H- ,." -'L,�7-'1 lnrr^+C_'""�- •u. .::�•_... iwv +.+.. .-,.. _-_--71., 4._._.•1 z.7-70144(4...: .-rm."6Au.+►_.._-^1•�R....... X7^771---.....,•.�-'t76_,____ :44.-n7/7a•-.... a .4 ._ R —.. —AL l _.� 'w..r • ow ...F .10•14•1.0•v*1 -�-- ;:mow p, r: -" =.----....---4==.....--= : -- _ ... 1 01•11 � . :s P TI �til __� -, ` � -= 1'7N'� 1 -mow C` _._.1% � �"._ii al �\ _. — r -r-- . �1::111.1 � r •w � x= 1 NEW El.:.w..WK_f>'%Z JE'4L 7T,, 2 I 1:7C43�...�!..M 30)7ETy )I 7'ux x'w r.4 W W . aj Y n 3 T. Q x i a D •3. - Z!^=K1 IOTA O i �� •Nye 9 _�, r =��_ A• � �! ,:: IIIle, III IIS n = -�-�-- s-- • __ -- I - -- .� -J r-d __----•-----4-4-.;••" .., _.- _�'�; _ ss ' a `�_ ins li =.:, ... _ .......... ,...:,. •1/4' —33 9.3f:i Z7 ._� fen RISES DIAGR111 —.s= ne.-u I PK-43 E-9.1 P4l-.3!C[i.SCPED .-a.....r...r.-.....-.._.._,w..w r...................-w-...r.............•-w...._..-wry.....__.r..w 1•••••••••••.T/-•••••,.-r..Mw..-i_..t ti-f_- ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) Detail by FEI/EIN Number Page 1 of 2 Deoarrnent of Stats �ii org 1 ff r / �„n5;rr^+^rr^^r1.:�-� / S-11,-17��..-ra5 / Cq•��,I o,r /^,.�...,-q..��i,.r^�or _ __..._.._ ._ _..._ Detail by FEI/EIN Number Florida Profit Corporation H.G. CONSTRUCTION, DEVELOPMENT AND INVESTMENT, INC. Filing Information Document Number P05000134424 FEI/EIN Number 43-2094655 Date Filed 09/30/2005 State FL Status ACTIVE Principal Address 7003 North Waterway Drive Suite 218 • MIAMI, FL 33155 Changed: 01/04/2017 Mailing Address 7003 North Waterway Drive Suite 218 MIAMI, FL 33155 Changed: 01/04/2017 Registered Agent Name&Address GONZALEZ, HILARIO III 7003 North Waterway Drive 218 MIAMI, FL 33155 Address Changed: 01/09/2018 Officer/Director Detail Name&Address Title DP GONZALEZ, HILARIO III 7003 North Waterway Drive Suite 218 MIAMI, FL 33155 Title VP http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai l?inq... 7/23/2018 Detail by FEI/EIN Number Page 2 of 2 Hernandez, Roberto Manuel 7003 North Waterway Drive Suite 218 Miami, FL 33155 Annual Reoorts Report Year Filed Date 2016 02/12/2016 2017 01/04/2017 2018 01/09/2018 Document Images rc 2 •3_ANNUAL 0O7OPT View image in format '. ^_ANNUAL Peonor View image in PDF format : :^',—ANNUAL PEPOPT View image in POF format 01r^9/2015—ANNUAL 0E°^OT View image in POF format 0'•0 20,1—ANNUAL View image in POF format 0/19/20.3— p!'OPT View image in PDF format C3/21/20'2—ANN,,. .'zconPT View image in PCF format C4;C6i2011—ANNUAL p°D^_ View image in POF format 02.'11;20'0—ANNUAL CSPCPT View image in PCF format ?6,?Orq—ANNUAL:'!?13P-7 View image in PCF fcmiat 33/10/2008—ANNUAL 7FPOPT . View image in POF format 23/2002007—ANNUAL 0.'^.0T View image in PDF format '1-2006—ANNUAL PEPOPT View image in PCF format 2'7'75—Domestic 0-'tit View image in POF fcrnat .lona cer.dr,:re, 3f Stale,Drsi on 7(Car2orat.ons http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 7/23/2018 1.1 CONSTRUCTION /v\ AiV\ .................... ....................... .............„ ...........„ FLAMINGO PARK— EXISTING HANDBALL COURTS RENOVATION 1200 Meridian Avenue Miami Beach, FL 33139 ITB No: 2018-223-ZD TABLE OF CONTENTS Identification Page Tab A > Cover Page Minimum Qualifications and Requirements Tab B > Bid Bond • State of Florida Certified General Contractors License > Insurance Certificate > Miami-Dade County Local Business Tax Receipt > FDOT Certificate of Qualifications > Miami-Dade County DBE > Miami-Dade County SBE > National Recreational and Park Association > Landscape Structures Certificate > Porter Corp/Poligon Porter Certifiate > Dumor Site Furnishings • Freenotes Harmony Park Certificate 7003 North Waterway Drive Suite#218 Miami, FL 33155 Tel: 786-845-8999 Fax: 305-424-9334 1.11 CONSTRUCTION FLAMINGO PARK— EXISTING HANDBALL COURTS RENOVATION 1200 Meridian Avenue Miami Beach, FL 33139 ITB No: 2018-223-ZD TABLE OF CONTENTS Financial Statements Tab C > Financial Statement to be provided upon request of lowest bidder > D&B Suppler Evaluation Report to be provided upon request of lowest bidder Previous Experience and Key Personnel Tab D > Organizational Chart > Key Personnel Resumes > Similar Projects Previous Experience References > Client References—Completed Projects > Client Reference Letters I Bid Price—Appendix A—Price Forms,Bid Tender Form,& Supplements Tab E > Attachment A-1: ITB Price Form& Unit Price Breakdown form > Attachment A-2: Bid Tender Form > Attachment A-3: Supplement to Bid Tender from: 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 List of Plans and Specifications Tab F > Appendix B 7003 North Waterway Drive Suite##218 Miami, FL 33155 Tel: 786-845-8999 Fax: 305-424-9334 CONSTRUCTION FLAMINGO PARK — EXISTING HANDBALL COURTS RENOVATION 1200 Meridian Avenue Miami Beach, FL 33139 ITB No: 2018-223-ZD TABLE OF CONTENTS Required Forms for Bid Submittal Tab G > Attachment C-1: Prevailing Wage and Local Workforce Participation Program Requirements Attachment C-IA: Responsible Contractor Affidavit form(Part A) > Attachment C-1B: Responsible Contractor Affidavit form(Park B) > Attachment C-2: N/A > Attachment C-3: Statement of Compliance: Prevailing Wage Rate Ordinance Attachment C-4: N/A 7003 North Waterway Drive Suite#218 Miami, FL 33155 Tel: 786-845-8999 Fax: 305-424-9334 CONSTRUCTION /V\ AAA BEACH ................ _N.. _........_ FLAMINGO PARK — EXISTING HANDBALL COURTS RENOVATION 1200 Meridian Avenue Miami Beach, FL 33139 ITB No: 2018-223-ZD Identification Page and Table of Content Tab A Cover Page 7003 North Waterway Drive Suite#218 Miami, FL 33155 Tel: 786-845-8999 Fax: 305-424-9334 CONSTRUCTION COVER PAGE FLAMINGO PARK — EXISTING HANDBALL COURTS RENOVATION ITB No: 2018-223-ZD Bidders Name: HG Construction Development& Investment, Inc. Bidders Address: 7003 North Waterway Drive, Suite #218 Miami, FL 33155 Bidders Contact Person: Roberto Hernandez Bidders Phone Number: 305-796-0491 Cell 786-845-8999 Office 305-424-9334 Fax Bidders Email: Robert( l hhgconstruction.us Bidders Federal Tax ID: 43-2094655 Bidders Declaration: A Florida Corporation /7,71/ Signature of Bidder: /: Date: 05/21/2018 Ra erto Het- ez;Vke-President 7003 North Waterway Drive Suite#218 Miami, FL 33155 Tel: 786-845-8999 Fax: 305-424-9334 1.1 CONSTRUCTION M AM BEACH ............... -.......� FLAMINGO PARK — EXISTING HANDBALL COURTS RENOVATION 1200 Meridian Avenue Miami Beach, FL 33139 ITB No: 2018-223-ZD Minimum Qualifications and Requirements Tab B > Bid Bond > State of Florida Certified General Contractor's License > Insurance Certificate > Miami-Dade County Local Business Tax Receipt > FDOT Certificate of Qualifications > Miami-Dade County DBE > Miami-Dade County SBE > National Recreational and Park Association > Landscape Structures Certificate > Porter Corp/Poligon Porter Certificate > Dumor Site Furnishings > Freenotes Harmony Park Certificate 7003 North Waterway Drive Suite#218 Miami, FL 33155 Tel: 786-845-8999 Fax: 305-424-9334 • Document A310 ' ntl _ 2010 Conforms with The American Institute of Architects Ala Document 310 Bid Bond CONTRACTOR: SURETY: (Name.legal slaw and addrea.c) Num.Icgtrl stahrr and principal place r,fbusiness) HG Construction.Development.and Investment. Inc. The Gray Insurance Company This document has important 7570 SW 77th Avenue P.O. Box 6202 legal consequences.Consultation Miami. FL 33143 Metairie.LA 70009-6202 with an attorney is encouraged with respect to its completion or OWNER: modifcaticn. (Name.legal status and addius) Any singular reference to City of Miami Beach Contractor,Surety,Owner or other party shall be considered 1755 Meridian Ave. plural where applicable. Miami Beach. FL 33139 BOND AMOUNT: S 5% Five Percent of the Amount Bid PROJECT: (,duet,location or address and Project umber.ifappy) ITB No.2018-223-ZD Flamingo Park-Existing Handball Courts Renovation The Contractor and Surety arc bound to the Owner in the amount sat forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such titue period as may be agreed to by the Owner and Contractor,and the Contractor either(l)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jiirisdiction of the Project and otherwise acceptable to the Owner,for the faithful perfomtance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof:or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to pertirm the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full three and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver ol'intice by the Surety shall not appiy to any extension exceeding sixty(60)days in the aggregate beyond the time fin- acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent fur an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the ter:t Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory orother legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted bereft.=and provisions confirming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished.the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and seated this 21st day of May, 2018 HG Construction.De elopment.and Investment.Inc (Prisrdpal (Seal) B V.P. (17l The Gray insurance Company (seg' (Seal) t( ll+rrs ' Trenton aunders By: f ide)Kevin Wojtowicz Attorney-in-Fact and FL Licensed Resident Agent S•CCS4/AS 9/10 A.: • ..4. .-..HASAIRVE WATENAUIR1c VISIBLE FIBENSOINOA,R9CROPRIc BORDER 1.1111&OOGWdENTIS,NOT AUTHENTIC,MESS Fr HAS ATRUE.INXIER4r• sir el; PT -- THE GRAY INSURANCE COMPANY in THE GRAY CASUALTY&SURETY COMPANY 1 9 a GENERAL POWER OF ATTORNEY 1 n m es „ KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly m organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and s ca a ,point Kevin Wojtowicz of St. Petersburg,Florida jointly and severally on behalf of each of the Companies named above its true and r lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its deed,bonds,or other writings obligatory in the a nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided n that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of$10,000,000.00 3 no This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of o a !Dome ,0s of both The Gray Insurance Company and The Gray Casualty&Surety Company at meetings duly called and held on the 26th day of "RESOLV ED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby a ? ato K is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the o z. Company bonds,undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such as s Power of Attorney,and to attach the seal of the Company;and it is = _ FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of a Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or o facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. -e IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to beS. hereinto affixed,and these presents to be signed by their authorized officers this 12th day of September,201 1. Qz I URA, �� ��'j�•//� :�5�� CFS / Attest:��/%��Gi��' -��tY 8 Srq S �t / �u_� eS. '•�+1�� SEAL10 ���C4 f"' .rte z Michael T.Gray Mark S.Manguno xt SEAL ° o i Secretary, at • ..... sPresident,The GrayInsurance Company zr••• s5r �, and The Gray Insurance Company, ra Vice President, The Gray Casualty&Surety Companyam o The Gray Casualty&Surety Company 1 z b State of Louisiana m ss: a 'arish of Jefferson c On this l214 day of September,2011,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insuranceo Company and Vice President of The Gray Casualty&Surety Company,and Mark S.Manguno,Secretary of The Gray Insurance Company -4 and The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they.signed the above Power of a Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their a companies. a o ci 1'7 vIcYrA4 .*:?'N d'40 r* i*f1. , / € Lisa S.Millar,Notary Public,Parish of Orleans -iv ar•: :r+< State of Louisiana m Nc,',, st 000 My Commission is for Life D I,Mark S.Manguno,Secretary of The Gray Insurance Company and The Gray Casualty&Surety Company,do hereby certify that the above is and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect. s t 13. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this��Srdaof �VtN J .261 a 19 441.....p— _4_ vi v. ,t SEAL J, az SEAL l Mark S.Manguno,Secretary• a as .a....,,,,,,..."; "— •�� S . - The Gray Insurance Company m The Gray Casualty&Surety Company w la 0 c m ITT z 1 is z 0 s C a, m z 0 c z Ca Co .+..- 10",(it • F•i ' .•i:'i i .•1 •:eq..•.: .il:.rs1:•n,. 7-0.` re1" 0 i •..t 1:e/ , .. i • 7 1 � 1. it?t'1i ' a;, -1,"c,q 4•', " Y 005971 Local Business Tax Receipt ,: „. • -;rte -. N.,...,".^.-Dade CoUr:ty, S a`S of FIor d .' . ,a s 6US::LESS ? E/LOCArtO i T ice-. RZcz;Pr No. EXPIRES i.;3 CONSTRUCT:ON D_iELC?.VEN AND:NV 71 N ^1 SEPI EMBER 30, 2018 75705;`1771;';- 60931 31 +,T,A,1!,.t.33:43 ,k.;::,ca 3i3�f1}^C a:;r x”o''oc::rss 4:11:.3.^..:c CCcr';Cc'a C anerBA-Ar..3&:v OWNsA SEC.TYPE OF e:JSINESS H C CONSTRUCTION DE1JE:JPMENT AN096 GEN:?..-1: 3- JING CG .—ACTOR PAYMENT RECEIVED CGCI511C27 3Y TAX COLLECTOR Vioraer(s) 1 575,00 07/18/20'' CHECK2'-17-068367 Tvs'.ccs;Business Tax Receipt only confirms payment of to Local Business Tax.The Bassist is not a'ismnse. purr.::;,ora cer ificetion of the hoidar s qualifications.:4 is business. 1ofder mu;:com :y will any govc:smental or nonrevornmental:o ulatorylaws Ind requirement:.w ich apply to the business. The RECEIPT NO 'hove memo displayed on ett commercial sa tic'«-•r• .-r{r:';Cade Sec 8a-279. For mors:.-formation,visit vrrrro.mly eel . STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD •r A_0. ....___-0 eGCt511027 The GENERAL CONTRACTOR Named below IS CERTIFIED � "j `v. Under the provisions of Chapter 489 FS. r - Expiration date: AUG 31,2018 GONZALEZ, HILARIO �Eit ""� N G CONSTRUCTION DEV OP ENTAND INVESTMENTS INC fie * •: 7570SW77AVE_ �.. . . .. � ,rt MIAMI 3314? - ,�. , _ r' • it . ISSUED: ;/.1::•.23 3 . 0ISP L.YAS REQUIRED'BYLAW SEQ# L1608240002671 • r•.•-. ....._.+.... --.11 ... ..- — CORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) 05/18/2018 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 "—PRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. .PORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les) 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 NATE: Stat Merchant .• Merchant Insurance Solutions r Ne_ 1, (239)823-4382 I{,c,Nov: (866)406-4983 ' 12326 Isabella Drive E-MAIL ,ADOREss: smerchant@merchantinsurancesolutions.Com • INSURER(S)AFFORDING COVERAGE HAW/ Bonita Springs FL 34135 INSURER A: United Specialty Insurance Company 12537 INSURED INSURER B: WESCO INSURANCE COMPANY • 25011 HG Construction,Development and Investment,Inc. INSURER c: EVANSTON INSURANCE COMPANY 35378 7003 North Waterway Drive INSURER 0: ICW GROUP N/A Suites 218 8 219 INSURER E: Indemnity Insurance Corporation 12018 Miami FL 33155 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. • ILTR S TYPE OF INSURANCE ADOL,BUBR 1(POUCY EFF l POLICY EXP INSD MO POUCY NUMBER iooc yyy) (MM/DO/YYYY) UNITS i X COMMERCIAL GENERAL LIABILITY j 1 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR I DAMAGE TO RENTED PREMISES(Es occurrercel I$ 100,000 MED EXP(Any one person) I$ Excluded A x x DCI00289-0l 10/26/2017 10/26/2018 PERSONAL It ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000.000 POUCY 1,;E8): j LOC PRODUCTS-COMP/OP AGG S 2,000,000 OTHER: $ AUTOMOBILE LIABILITY • COMBINED SINGLE UNIT $ 1.000.000 X ANY AUTO (BODILY INJURY(Per peace) $ 1,000,000 X B ALL AUTOS AUTOS SCHEDAUTOSULED X X WPP 125830303 04/07/2018 04/07/2019 BOOILYINJURY(Per accident) $ HIRED AUTOS ANOT SWNED PROPERTY DAMAGE S (Per accident) --X $ X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 4,000,000 C EXCESS UA8 CLAIMS-MADE, X x EZXS1014884 10/28/2017 10/26/2018 AGGREGATE $ 4,000,000 DED RETENTION$ _PR/COMP OPS AGG $ 4,000.000 WORKERS COMPENSATION STATUTE 0T AND EMPLOYERS'UABIUTY Y T N f X STA ER OTH- D OFFICERANY PRIETORPF�CCLUT'EXCLUDED? PROPRIETOR/PARTNER/EXECUTIVE a N!A x WFL503633200 04/02/2018 04/02/2019 E.L.EACH ACCIDENT $ 1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE S 1,000,000 Hdescribe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY UNIT $ 1,000,000 Contractors Equipment Floater Total Limit of Covered Items$200,261 E 109559371001 03/24/20181 03/24/2019 Deductible$2,500 I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Addldonal Remarks Schedule,may ba attached N more space Is required) Bid: ITB No.2018-223-ZD City of Miami Beach is listed as an additional Insured with respect to all policies referenced herein. Waiver of Subrogation applies in favor of the additional Insured(s)with respect to all policies referenced herein. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Miami Beach ACCORDANCE WITH THE POLICY PROVISIONS. Procurement Department AUTHORIgD REPRESENTATIVE 1755 Meridian Avenue 3rd Floor �.- � Miami Beach FL 33139 �-'" .- - • ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD Florida Department of Transportation RICK SCOTT 605 Suwannee Street MISE DEW GOVERNOR Tallahassee, FL 32399-0450 SECRETARY August 4, 2017 H.G. CONSTRUCTION, DEVELOPMENT & INVESTMENT, INC. 7003 NORTH WATERWAY DR MIAMI FL 33155 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification, will expire 6/30/2018. However, the new application is due 4/30/2018. In accordance with 5.337.14 (1) F.S. your next application must be filed within (4) months of the ending data of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, GRASSING, SEEDING AND SODDING, SIDEWALK, Curb & Gutter, Driveways, Underground utilities (Water & Sewer) You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3) , Florida Administrative Code (F.A.C.) , by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. All prequalified contractors are required by Section 14-22.006(3) , F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above Sincerely, s C ssl F,1 Alan Autry, Manager Contracts Administration Office AA:cj www.fdot.gov Internal Services Department MEAM>EE71AI7E Small Business Development COUNTY111 NW 1 Street,19th Floor Mlaml,Florida 33128 miamldade.gov mlamIdade.gov T 305-375-3111 F 305-375-3160 February 27, 2018 Hilario Gonzalez, I I I H.G. CONSTRUCTION, DEVELOPMENT AND INVESTMENT, INC. 7570 SW 77TH AVE Miami, FL 33143 • Approval Date: January 31, 2018-Disadvantaged Business Enterprise (DBE) Anniversary Date: January 31, 2019 Dear Hilario Gonzalez, I I I, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD), Is pleased to notify you that your firm is certified under the Florida Unified Certification Program (UCP). Your firm meets the eligibility requirements for certification as a Disadvantaged Business Enterprise (DBE)in accordance with 49 CFR Part 26. DBE certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form on or before the firm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above. You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain your eligibility. Your firm will be listed in the UCP DBE Directory which can be )ssed through the Florida Department of Transportation's website: http://www3b.dot.state.fl.us /EqualOpportunityOfficeBusinessDirectory/. DBE certification is NOT a guarantee of work, but it enables the firm to compete for and perform contract work on all USDOT Federal Aid (FAA, FTA and FHWA)projects in Florida as a DBE contractor, sub-contractor, consultant, sub-consultant or material supplier. If at any time there is a material change In your firm, you must advise this office by sworn affidavit and supporting documentation within thirty (30) days. Changes include, but are not limited to ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on-going business relationships with other firms, individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to comply will result in action to remove your firm's DBE certification. It is strc'ngly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://www.miamidade.gov!procurement/vendor-registration.asn. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or sbdcertQmiamidade.gov. erely, Claudious Thompson, Section Chief Small Business Development NAICS&Industry Title:(Your firm is eligible to compete for and perform work on all USDOT Federal Aid projects throughout Florida and may earn OBE or ACDBE credt for work performed In the foaming areas.) NAICS 236115:NEW SINGLE-FAMILY HOUSING CONSTRUCTION(EXCEPT FOR-SA;.E BUILDERS) NAICS 236116:NEW MULTIFAMILY HOUSING CONSTRUCTION(EXCEPT FOR-SALE BUILDERS) NAICS 236117:HOUSING CONSTRUCTION,FOR-SALE BUILDER NAICS 236118:RESIDENTIAL REMODELERS NAICS 236210:INDUSTRIAL BUILDING CONSTRUCTION NAICS 236220:COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION NAICS 237110:WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION NAICS 238110:POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS NAICS 238120:STRUCTURAL STEEL AND PRECAST CONCRETE CONTRACTORS NAICS 238910:SITE PREPARATION CONTRACTORS Internal Services Department MIAMEt]iADE Small Business Development COUNTY Miami, NW 1 Street,19th Floor Miami,Florida 33128 'niamidade.gov miamldade.gov T 305-375-3111 F 305-375-3160 February 26, 2018 Hilario Gonzalez, I I I H.G. CONSTRUCTION, DEVELOPMENT AND INVESTMENT, INC. 7570 SW 77th Ave Miami, FL 33143 Approval Date: January 31, 2018-Small Business Enterprise -Construction(SBE -Cons) Expiration Date: January 31, 2021 Dear Hilario Gonzalez, I I I, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department(ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise-Construction (SBE -Cons). The Small Business Enterprise (SBE) programs are'governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami-Dade County's Codes. This Small Business Enterprise-Construction (SBE- Cons) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, January 31, 2019. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the )-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director,scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30)days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years' certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your firm's name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami-Dade County's SBD website: http://www.miamidade.00v/smallbusiness/certification-tists.asp. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://www.miamidade.qov/procurement/vendor-registration.asp. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcert( ,miamidade.gov. Sincerely, . r idious Thompson, Section Chief ....all Business Development CATEGORIES:(Your firm may bid a participate on contracts only under these categories) NAICS 236115:NEW SINGLE-FAMILY HOUSING CONSTRUCTION(EXCEPT FOR-SALE BUILDERS) NAICS 236116:NEW MULTIFAMILY HOUSING CONSTRUCTION(EXCEPT FOR-SALE BUILDERS) NAICS 236117:HOME BUILDERS,FOR-SALE NAICS 236118:RESIDENTIAL REMODELERS NAICS 236210:INDUSTRIAL BUILDING CONSTRUCTION NAICS 236220:COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION •• • •,M, Z‘ti „Z .• .m . F� N- p CI oz. z � ` C C) _,,a ii M115 0 r- i a myat fl -1 pi )00 >• 1 \ ii al glr‘ . , Ind a .--/ V:), o I • , Z.,,7;•-•-.,,, !0 cin Fp 1.4 Wit E ` f 444 18 r-lo ' R, C"'' ft) tA -a 0 o n C Cr 0 = c . Co 5 1114 d o IZ "1 � N Aft Ei � � � � ' 0 po o -� o /d O z o zI t'' m o• N to gat Cr el G o moi► N ol E --' 1211 jC0 0 0 . O l .a '7 X`r:•.;,._Z fir.-;.,.-a_e•:.r}eft,:.•.•. f.'s �ry' ; • 4' •I)C 'y f•�r J •f�• '' •�'r 1•: r • '''.44:;;'" ••i•': J r� �I•tr.� •f �i�•J�'��f�ISf• r/� ,/♦ r • � 'J��r•41}�J,rtir.'4I'1J i�1�' r••7� 'rr 7•••� I� .• •* l g of .R t �h.1.rittr , Ne * ,�i► 01,..,• 1 is It% �,`..,:1.,411 4., _� 4i.f -_ )'tr'1 t2. - h .lt'. , �t 1.. .� ':I: .};. 'yy/� h.� .'T; ': jt A.,..: �.'•< :It:� ii "" i• ' On'S.1 411..1 2 '' 11 - y ({l -1:.Y. • -J' ..-7.:.1: •• 1=._`i' N . S • • if i 11 r' ffI 1 ( ( in i • a • -• SiZ r ' 4„._. �jrri • : ;104. � ti 0' X74 1 'i�: y, ti. 1if i _...,...„.„„ , .__,- ..„......, t•tom. OJ �� c epi>�•' •M k., . _1° • . • • .T..4%....1:, !IIIh �� tD v • •_.•.-�`,:: 0 Ilk • n I. Z ., ...,„:„..„.. , ...... , ...,, ._,, • , _.„,..„. n ........ . _............. z,,,...,,......__, ei- . .... n, , .,.., . . ...„......... , ,-.--. '%., c"”) loo . z .............„, . �: a, ---i) ,::,. o „, .4„.........„-, 9 \" C/ I n c ci. ..„) 5--:"."'"-:'':".:.:::*;:::;:iq.7/ 45jT : 4".1471: (11 t'...Q °St 4.1%11 7113 ,____,›), r_ . i . .... /*•::-/ 0 1111. ;ill' 1'•- o �; _ �i �` It • _tom Z FJ. Ci . • A•-, ` (/) 0erv D :,`; r . ' _ :=_.„--...., Q::: ::..4i_ :.1., .-,*511.. ., • H. -fi - ....1.' � •�� •.M ' 1 .-• ' #44 f. /'rye-. T. is i�li��. .Y ,t, Z - .14.: .i1' .. 1.--,..t... Lr'4.'4::'..A �-+~• ♦ �ti- N• t•:' '/ „' '-,..0.. !�. .�(• ..V .i-'tM • .� �1 � �� iA► f p 0 RTER2„.- A PLAYCORE Company Date 5/10/17 • • Rep, Services, Inc 581 Technology Park,Suite 1009 Lake Mary, Florida 32746 To whom it may concern, Hiiario Gonzalez is a member of Poligon's Certified Poligon Installer group and has been a member since 2013,This membership has been granted through his experience from the field and upon his successful course training and completion. Thanks, `E j\A,(1 TJ Molewy Technical Support/Quality Assurance Supervisor Poligon, PorterS/PS, CEASt ! PORTERI A PLA(CCRE<oiro.•r poligon• • p yterSlPS.. . r P a c www.portercorp.com P: 616-888-3500 4240 N 136th Ave, Holland M149424 • poligone "PORTER 6130/15 Rep Services, Inc. 581 Technology Park, Suite 1009 Lake Mary, Florida 32746 To whom it may concern, Hilario Gonzalez is a member of Poligon's Certified Poligon Installers group.This membership has been granted through his experience from the field and upon his successful course training and completion. Thanks, TJ Molewyk (Technical Support/Quality Assurance Department Supervisor P: 616.399.1963 Ext. 516 F: 616.399.9123 • www.pollgorr.corn • 13: 616-399-1963 • F: 616-399-9123 • 4240 IV 136th Ave, Holland MI 49424 PDF created with pdfFactory trial version www.pdffactorv.com • . .® Iiu [V1cr SITE FURNISHINGS June 26. 2015 RE: Product Installation • H. G. Construction,Development and Investment, Inc. is authorized to install DuMor, Inc.products sold through Rep Services, Inc. in the State of Florida. Please contact me with questions. Best Regards, • Vice President, Sales and Marketing P.O. BOX 142 Mifflintown, PA 17059-0142 • 717.436-2106 . 800-598.4018• Fax: 717-436-9839 E-mail: sales@dumor.com •www.dumor.com ' I Freenotes TlA annony outdoora/ , • Musical Instruments 6/25/2015 Kurt Smith Freenotes Harmony Park 194 Bodo, Unit F Durango, CO 81301 To Whom It May Concern: H.G. Construction, Development and Investment, Inc. is authorized to install equipment manufactured by Freenotes Harmony Park. Sincerely.. � Kurt Smith Director of Sales Freenotes Harmony Park • 194 Bodo, Unit F Durango, CO 81301 970-903-4663 • TA%net. J1rC':VW,g Rtrrree^..sK:X•"8.r.u,.-..gua.e",;79Y1.>SK'1$a*R`WCC.MC tA^^8w:i2:/.'Ll N6MS:M.'.'H`:2M.AR1ti:IM`Nt.1,,,TCBUT,t::f dlteciN 194 Bodo Drive Unit F,Durango,CO 81303 P:(970)375-7825,F: (970)247-0856 h . CONSTRUCTION M AM BEACid ...... ._..........„ FLAMINGO PARK— EXISTING HANDBALL COURTS RENOVATION 1200 Meridian Avenue Miami Beach, FL 33139 ITB No: 2018-223-ZD Financial Statements Tab C > Financial Statements Reports — to be provided if job is awarded as lowest bidder up upon request. > D&B Suppler Evaluation Report — to be provided if job is awarded as lowest bidder upon request. 7003 North Waterway Drive Suite#218 Miami, FL 33155 Tel: 786-845-8999 Fax: 305-424-9334 1.1 CONSTRUCTION M AM BEAC =1 _........ -....- FLAMINGO PARK— EXISTING HANDBALL COURTS RENOVATION 1200 Meridian Avenue Miami Beach, FL 33139 ITB No: 2018-223-ZD Previous Experience and Key Personnel Tab D > Organizational Chart > Key Personnel Resumes > Similar Projects Previous Experience References > Client References - Completed Projects > Client Reference Letters 7003 North Waterway Drive Suite#218 Miami, FL 33155 Tel: 786-845-8999 Fax: 305-424-9334 -- :•.;•1314`:,•3`,O 4— — --•- -- — > 373;'I JO:yd i i i i i 00 i x •�is sal ' P.-. :-:vim{ ,O � _i rid73 I . 1 f O .. H. o = U LL z ` L_ ,n .ii'�Xl ; 1 v , O v • 0 - U m I V 0U _ w_ �. ._Y O CC - I � Zi. c 2. � :L, 0 _ v' D 0 Z.Lss c r Z z l� N E: m rut I ,n vs !a _t f o l H HI amu - z >g i. C-',' 5 a et- v > 5Nt4" o O < 1 Q O LL VI h , CONSTRUCTION Alfonso Garcia 7003 N.Waterway Drive#218.Miami,Fl 33155 (786)845-8999 office/(786)449-2841 cell al@hgconstruction.us . Qualifications • Senior Construction Manager(Contractor) • Senior Construction Manager(Civil Engineering) • Review and approve pay estimates,contractor's schedules,claims and change orders • Review and approve shop drawings,performed quality assurance/control of plans and constructability reviews,inspected signalization construction and upgrades,performed and reviewed results of materials testing(density and concrete)and assisted in permit acquisition and plan approvals • Provided as-built reviews and assisted in project closeouts for numerous projects with many different municipal agencies. • Construction management of landscaping and hardscape projects • Bilingual(conversational and written) Relevant Experience Concourse"J"—South Terminal Program,Miami International Airport— • Served as the project manager and owner's representative for this$200 million new concourse-350,000 square feet Luxury Home/Retail Construction and Property Management(Various)- • Served as Operations Manager for private development and investment group in South Florida .iami International Airport Roads 1 and Roads 2,Dade County Aviation Department— • Provided construction inspection and management services Miami International Airport Runway 9R/27L and Taxiway"T"Stormwater Culverts Project— • Served as senior construction inspector Miami International Airport Utility Corridors 1 and 2,Dade County Aviation Department • Provided construction inspection and management services NW 27'Avenue Widening and Reconstruction from north of SR 112 to NW 7t°Street,FDOT District 6— • Served as a senior construction inspector for this drainage,road construction and widening,curbs/sidewalks/medians, signalization,roadway lighting,paving and signing and marking project North Shore Area Roadway Improvements,City of Miami Beach— • Served as construction manager for this$15 million project along Collins Avenue and along 71g. Including rehabilitation of the historic Normandy Fountain. Lincoln Road Mall Improvements,City of Miami Beach— • Served as construction manager for this$13 million outdoor mall improvement project Citywide Wastewater Inflow/Infiltration Study and Mitigation Program,City of Miami Beach— • Provided construction management services South Pointe Improvements,City of Miami Beach— • Served as construction manager for this$8 million utility and roadway improvement project Pembroke Road Reconstruction and Intersection Improvements from west of I-95 to west of SR441,FDOT District 4 • Served as senior construction inspector for this roadway improvement project Environmental and Permit Compliance Monitoring,FDOT District 6— • Provided construction inspection services Pembroke Pines RV Parking Lots and Charter Schools,The Haskell Co.— • Provided construction services for these sites as part of the design/build team Wal-Mart Stores- The Home Depot- • Provided construction management services and plan approvals for several store locations CVS/pharmacy— • Provided construction management services plan approvals for several store locations Town of Miami Lakes— • Provided general engineering consulting services for numerous public works projects • t(eferences Mr.Jose Abreu—Former Director of the Miami International Airport J Director FDOT District 6 Mr. Ralph Casals—City Manager,Town of Cutler Bay Mr. Rudy Garcia—FDOT District 6 Maintenance Engineer(Dept.Head) Mr.Osdel Larrea—Asst.Director of Public Works,City of Miami Gardens Mr.Jorge Corzo—Town Engineer,Town of Medley CONSTRUCTION 1-1• Frank Cortazar 7003 N.Waterway Drive#218.Miami,FL 33155 (786)845-8999 office/(305)978-0824 cell . frankChgconstruction.us EDUCATION > B.S,Construction Management University of Miami, 1981 CREDENTIALS & REGISTRATIONS - OSHA 40 Hr. Hazwoper FIELDS OF SPECIALIZATION Construction Management& • Inspection > Contract Management > Airport Runway&Taxiway Construction Rehabilitation > Utilities > Roadway Reconstruction EXPERIENCE Mr. Cortazar has over 38 years of experience in the fields of construction management and inspection and project management. His experience as.a Field Representative and Construction Manager include construction oversight, field inspection, review and implementation of technical specifications, and implementation of state and federal regulations. His contract management experience includes negotiation with contractors on additional project scope, review and approval of contractor payments, and authorization of changes to the contract. REPRESENTATIVE PROJECTS Pump Station Improvement Program(PSIP),Miami-Dade Water& Sewer Department. Under the terms of a consent decree, Miami-Dade will rehabilitate its wastewater treatment plants and its sewer collection and transmission system. Under this program, the PSIP's objective is to rehabilitate approximately 109 sewage pump stations to comply with meeting a nominal average pumping operating time(NAPOT)of less than 10 hours per day. Nova was selected to administer and manage the implementation of the PSIP to ensure timely repair of these upgrades. Mr. Cortazar serves a Construction Manager. Track One Paving,Grading, and Drainage Improvements at Miami International Airport,Miami-Dade viation Department, FL. Senior Field Representative. Project consisted of the reconstruction of existing asphaltic and concrete airfield pavements and drainage system, new oil/water separators, pollution-control structures phased to allow for portions of the existing apron to remain available for aircraft traffic during construction. Perimeter Canal Relocations Road Modifications at Miami International Airport, Miami-Dade Aviation Department, FL. Senior Field Representative. Project consisted of the relocation of an existing canal, construction '700 if on new canal with sheet pile retaining wall, construction of double 8'x8' concrete box culvert, water and force mains, electrical and communications duct banks, and demolition of existing industrial wastewater treatment plant. Concourse"A"Apron and Utilities Project at Miami International Airport. Miami-Dade Aviation Department, FL. Project Manager responsible for the construction of a new concrete apron and utility corridor consisting of electrical and communications duct banks, water and sewer mains, and jet fuel pipelines. Responsible for construction oversight, field changes,negotiations with contractors on additional scope, review and approval of contractor payments, and authorization of changes to the contract. Runway 9L/27R Extension at Tamiami Airport,Miami-Dade Aviation Department,FL. Senior Field Representative. This project consisted of the construction of a 1,000 If extension to the existing runway. The scope of work included full-depth runway and taxiway construction, including stabilized subgrade, lime rock base, and asphaltic pavement, installation of runway centerline and edge lighting, installation of in-pavement MALSR system, relocation of existing navigational aids (PAPI,Glide Slope, and Localizer),pavement markings and grooving, and relocation of Florida Power& Light primary feed for airfield lighting and controls. Runway 8R/26L Pavement Rehabilitation at Miami International Airport, Miami-Dade Aviation Department, FL. Senior Field Representative. Project which consisted of milling 1-1/2-inch of existing asphalt and overlaying with 3 ft. of new asphalt, overlay of existing shoulders and taxiway connectors, isolated areas of full pavement restoration, adjustment of centerline, edge, and runway guard lights, demolition of MALSR system from above ground to in-pavement; replacement of all cables and transformers, and reconfiguration of lighting circuits, :storation of existing pavement markings, and pavement grooving. Concourse"F" Life Safety Master Plan at Miami International Airport,Miami-Dade Aviation Department, FL. Senior Field Representative. The project consisted of the expansion of the existing fire alarm and fire protection sprinkler systems into unprotected areas of Concourse"F",interior alterations including partitions, soffits, and ceilings, associated mechanical, electrical,,and plumbing work, fireproofing steel joists, and fire stopping. The project also included the installation of a fire alarm detection system. GTI Central Collection Plaza at Miami International Airport, Miami-Dade Aviation Department,FL. Senior Field Representative. This project included the construction of a central collection location with CCTV and parking control systems, roadway widening and realignment of Central Boulevard between the Dolphin and Flamingo parking garages, and associated utilities,including reinforced concrete drainage pipe, electrical and communication duct banks, water and sanitary sewer mains, and chilled water lines feeding the airport's concourses. South Terminal Dual Taxiway at Miami International Airport,Miami-Dade Aviation Department, FL. Senior Field Representative. Project included the construction of a new control valve vault and jet fuel pipelines, drainage system and pollution-control structures, electrical duct banks, taxiway lighting, construction of full-depth taxiway and apron pavements,demolition of existing jet fuel valve pit,pipelines and hydrants, and relocation of four passenger loading bridges. The control valve vault required the installation of a well-point system. A water •eatment plant was erected and contamination levels of water were monitored on a 24-hour basis in accordance with ..ie requirements of the P-160 technical Specifications. S.W. 7th and 8th Street Improvements (FDOT) —Project Engineer for the widening and reconstruction of SW 7th & 81h Streets from Brickell Avenue to SW 27th Avenue in Miami, Florida. Responsible for all construction activities pertaining to the project, which included storm drainage(French Drain and RCP), all earthwork-related activities, concrete curbs and sidewalks, asphalt paving, traffic signalization, roadway lighting, etc. Reviewed and approved contractor payment requisitions, negotiated Supplemental Agreements with the contractor on behalf of DOT, etc. NW 27th Avenue Improvements (FDOT)—Project Engineer for the widening and reconstruction of NW 27th Avenue from NW 9th Street to NW 41st Street in Miami, Florida. The responsibilities on this project were very similar in nature as those described above. Intersection Improvements (FDOT)—Project Engineer for improvements at the intersection of South Dixie Highway(US #1)and SW 304th, 308m, and 322'd Streets in Homestead, Florida. Responsible for all construction activities including storm drainage, earthwork, concrete curbs and sidewalks,milling and resurfacing asphalt pavement, and traffic signalization. Reviewed and approved all contractor payment requisitions,negotiated Supplemental Agreements with the contractor on behalf of FDOT, coordinated all interactions between the contractor and the Departments bituminous and geotechnical divisions, etc. District VI Building Parking Lot(FDOT)—Project Engineer for the construction of the FDOT District VI Building Parking Lot in Miami, Florida. Responsible for all construction activities,which included storm drainage, earthwork, concrete curbs, and asphalt pavement. The work took place concurrently with the completion of the District VI building and required close,daily coordination with onsite District VI personnel. Reviewed and approved all contractor payment requisitions, negotiated Supplemental Agreements with the contractor on behalf of FDOT, coordinated all interactions betwe4en the contractor and the Departments bituminous and geotechnical divisions, etc. Florida Turnpike (SR# 821) Emergency Repair (FDOT)—Project Engineer for the removal and replacement of 0 ft. prestressed concrete beam at SW 24th Street. The beam was damaged by a vehicle which did not meet the clearance requirements, and was found to be an immediate danger to the motoring public along the turnpike. Removal and replacement of the beam involved closing the turnpike between SW 8`h Street and SW 406'Street, requiring close coordination with the Florida Highway Patrol,television and radio stations, etc. as well as providing a detour route for motorist during removal and replacement activities. CONSTRUCTION Hilario Gonzalez III 7003'N.Waterway Dr.#218 Miami,FL 33155 Ph: 786-845-8999 Fax:305-424-9334 Hilario@HGconstruction.us Qualifications • State of Florida certified general contractor(CGC 1511027) Professional Certifications • State certified residential contractor • State certified commercial contractor • National Playground Safety Institute certified(NPSI) • Certified playground safety inspector(CPSI) • 8A federal certification • Total SBE federal certification • CSBE&DBE Dade County certified • Osha 40 HR Hazwoper Experience: Mr.Gonzalez has over 20 years'experience in the construction industry,and 12 years as president&qualifier of HG Construction. His experience ranges from residential construction in the early years, to Heavy commercial construction during the last 7 years. Projects performed for clients range from local municipalities, City's,State,& Federal Government. Mr. Gonzalez experience include project management, oversite, scheduling, contract management, change order implementation & approval, project close out, OSHA safety standards, and just about every aspect of the construction process. Commercial Construction History • TOWN OF CUTLER BAY SIDEWALK REHABILITATION PROJECT- repaired and restored 20,000 sq.ft.of sidewalk for the Public Works department • TOWN OF CUTLER BAY MONUMENT SIGNS CITYWIDE- Prepared site for town monument signs throughout city and installed structural foundation,signs and landscaping for city. • ADA BARRETO LAW OFFICE AT 3650 NW 82 Ave.#308-complete interior build out of 1850 sq.ft. • MULTISTORY BUILDING IN MIAMI BEACH AT 7629 Dickens Ave. Miami Beach, FL-concrete and structural restoration • VERSAILLES HOTEL AND CONDOMINIUM AT 3425 Collins Ave. Miami Beach,FL-coordinated and resolved code violation issues throughout building (elevator,electrical, fire regulations,etc.),removed and replaced l6 fire rated doors at Versailles Hotel&Condo do to fire damage • FIRE DEMOLITION/RENOVATION AT 7761 SW 122 Ave. - interior and partial exterior demolition of existing structure. Complete interior design/build • TD BANK- site development, preparation, and exterior build outs. Constructed exterior access areas for main entrance. • WHISPERWOOD VILLAGE CONDOMINIUMS- complete interior build out of community center ' common area(gym,baths,cardio rooms,and common areas) • Site Development History • BAPTIST HOSPITAL ELC PARKING GARAGE—Constructed full site development package for new hospital employee parking lot and parking garage. (Drainage, sewer, fire line,asphalt parking lot,concrete • flatwork and ADA accessibility.) • CHAPMAN FIELD PHASE I PARK DEVELOPMENT- construction of drainage,parking,concrete pier, Access Bridge,demucking of contaminated materials and construction of new sea walls. • LAKES BY THE BAY AT CUTLER BAY,FL-waste water drainage line repair and replacement for Public Works department. • CURTIS PARK REHABILITATION—Constructed new concrete finger pier,pile installation,new concrete sea wall, concrete bulkhead, demucking of contaminated material, new asphalt parking lot and ADA accessibility. Also relocated several mature Oak Trees for the City Of Miami. • CHAPMAN FIELD WETLAND RESTORATION PROJECT - (DERM Agency operator managed) Excavated,handled,haul and disposed of 55,000+cubic yards of Contaminated material from a Dade County Owned Property. • DADE COUNTY PARKS DEPT CONTRACT 4907 — Various parks construction throughout County. (Construction of playgrounds, shelters, concrete walkways, ADA ramps, shade structures, utilities, landscaping and parking lots. • CVS STORES—Multiple CVS.stores throughout South Florida. Construction of underground utilities,water lines,drainage,paving,curbing,concrete flat work,striping&signage • WALMART STORES — Construction of underground utilities, water lines, drainage, paving, curbing, concrete flat work,striping&signage. • TD BANK—Multiple TD bank throughout South Fl. Construction of underground utilities, water lines, drainage,paving,curbing,concrete flat work,striping&signage. • MOUNT SINAI HOSPITAL-Construction of underground utilities,water lines,drainage,paving,curbing, concrete flat work,striping&signage. • FPL-Multiple FPL sites/substations throughout South Fl. Construction of underground utilities,water lines, drainage,paving,curbing,concrete flat work,striping&signage i CONSTRUCTION SIMILAR PROJECTS/REFERENCES 1. DANNY MEEHAN PARK CLIENT:TOWN OF MEDLEY 7900 NW 72 AVE. MEDLEY, FL START DATE 11/1/15 FINISH DATE 10/15/16 NEW PARK CONSTRUCTION (DUMPSTER ENCLOSURES, BASKETBALL COURTS, WALKWAYS, PARKING, UTILITIES, SOCCER FIELD, SITE LIGHTING & LANDSCAPING) VALUE$1,402,056.00 CONTACT: TOWN ENGINEER-JORGE CORZO PH: 305-887-9541 EXT. 143 EMAIL:JCORZO@TOWNOFMEDLEY.COM 2. VARIOUS DADE COUNTY PARKS OPEN CONTRACT CLIENT: MIAMI DADE PARKS AND RECREATION • OVER 20 MIAMI DADE COUNTY LOCAL PARKS START 2011-2017 NEW PARK AND PLAYGROUND CONSTRUCTION (SITE UTILITIES, PLAYGROUNDS, PARK SHELTERS, FENCES,WALKWAYS, GRADING, LANDSCAPE ETC.) VALUE: 3 MILLION + CONTACT:CESAR PEREZ PH: 305-755-7853 EMAIL:CEPEREZ@MIAMIDADE•GOV 3. MIAMI ZOO(PCL CONSTRUCTION) CLIENT: MIAMI DADE COUNTY 15200 SW 152 ST. MIAMI, FL START DATE 2015 FINISH DATE 2016 CONSTRUCTION OF NEW AREA (SITE UTILITIES, WALKWAYS, BOAT CANAL CONSTRUCTION, GRADING,ASPHALT, ETC.) VALUE: $1,590,300.00 CONTACT: DONALD GRADY PH: 407-363-0059 EMAIL: DJGRADY@PCL.COM Licensed & Insured CGC 1511027 7003 N.WATERWAY DRIVE UNIT#218 MIAMI, FL 3155 PH#786-845-8999 FAX#305-424-9334 EMAIL ROBERT@HGCONSTRUCTION.US CONSTRUCTION 4. CHAPMAN FIELD DEVELOPMENT CLIENT: MIAMI DADE PARKS AND RECREATION/SFM SERVICES 12400 SW OLD CUTLER ROAD START DATE 2010 FINISH DATE 2011 CONSTRUCTION OF NEW PARK FACILITIES (BIKE PATH, PARKING AREA, BRIDGE CONSTRUCTION,ADA KAYAK LAUNCHING PIER,SEAWALL, ADA COMPLIANCE RAMPS, TRAFFIC SIGNAGE/MODIFICATION, DRAINAGE AND LANDSCAPING) VALUE:$2,300,789.25 CONTACT: MARIO LIGNAROLO PH: 305-219-8367 EMAIL: MLIGNAROLO@SFMSERVICES.COM 5. MOUNT SINAI HOSPITAL CLIENT: MOUNT SINAI HOSPITAL/ROBINS & MORTON 4200 ALTON ROAD MIAMI BEACH, FL START DATE 2016 FINISH DATE 2018 SITE CONSTRUCTION (UTILITIES, INJECTION WELLS, CONCRETE WORK&ASPHALT WORK) VALUE: $5,680,000.00 CONTACT: PAT DAILEY PH: 407-252-4581 EMAIL: PDAILEY@ROBINSMORTON.COM 6. BARRY UNIVERSITY CLIENT: BARRY UNIVERSITY 13100 NE 2 AVE. MIAMI SHORES, FL SITE CONSTRUCTION (PARKING LOTS, SIDEWALKS, CURBS, PAVERS ETC.) VALUE:$675,000.00 CONTACT:JEFFREY YAO P H: 305-899-3995 EMAIL:JYAO@BARRY.EDU Licensed & Insured CGC 1511027 7003 N. WATERWAY DRIVE UNIT#218 MIAMI,FL 3155 PH# 786-845-8999 FAX# 305-424-9334 EMAIL ROBERT@HGCONSTRUCTION.US CONSTRUCTION 7. CURTIS PARK CLIENT: CITY OF MIAMI 2396 NW NORTH RIVER DRIVE MIAMI, FLORIDA 33129 SITE CONSTRUCTION (PARKING LOTS, BOAT RAMP,SEAWALL, PILES, RETENTION AREA, SITE UTILITIES& LANDSCAPING) VALUE: $ 965,606.00 CONTACT:JOSE OLIVEROS PH: 305-416-1049 EMAIL:jloliveros@miamigov.corn 8. MIRACLE LEAGUE FIELD TAMIAMI PARK CLIENT: MIAMI DADE PARKS AND RECREATION 11201 SW 24th STREET MIAMI, FLORIDA 33165 • BASEBALL FIELD CONVERSION,(MONUMENT WALL, FENCING,ASPHALT, LANDSCAPING, STRUCTURAL DUGOUTS, WATER SERVICE,ADA COMPLIANCE & PARKING) VALUE: $673,086.63 CONTACT:JOEL ARANGO TEL:305-755-5453 EMAIL:Joel.Aranno@miamidade.Rov 9. GARDEN CLUB PARK EXPANSION CLIENT: CITY OF WEST MIAMI 1129 SW 66TH AVENUE WEST MIAMI, FLORIDA WALKWAYS, LANDSCAPING, UTILITIES, CBS WALLS VALUE: $285,474.27 CONTACT:JUAN PENA TEL: 305-266-4214 EMAIL: ivanpena@cityofwestmiami.org Licensed & Insured CGC 1511027 7003 N. WATERWAY DRIVE UNIT#218 MIAMI,FL 3155 PH#786-845-8999 FAX#305-424-9334 EMAIL ROBERT@HGCONSTRUCTION.US CONSTRUCTION 10. CITY OF MIAMI SPRINGS CLIENT: CITY OF MIAMI SPRINGS RETROFIT SIDEWALKS FOR ADA COMPLIANCE &SITEWORK VALUE:$691,168.00 CONTACT: TAMMY ROMERO,ASSISTANT TO CITY MANAGER TEL: 305-805-5035 EMAIL: romerot(a)miamisprings-fl.gov • 11. BAPTIST HOSPITAL WEST KENDALL CLIENT: ROBINS&MORTONS CONSTRUCTION 9555 SW 162 AVE MIAMI, FLORIDA 33196 SCOPES: VALUE: $ 1,386,500.00 CONTACT: ROBERT CRESWICK TEL: 352-636-5919 EMAIL: RCReswick@robinsmorton.com 12. CRANDON PARK SHELTER #04 CLIENT: MIAMI.DADE PARKS AND RECREATION 6747 CRANDON BOULEVARD KEY BISCAYNE, FL SCOPES: (PARK SHELTERS&SITE WORK) VALUE: $ 300,000.00 CONTACT: CESAR PEREZ . PH: 305-755-7853 EMAIL: CEPEREZ@MIAMIDADE.GOV 13. AMELIA EARHART PARK CLIENT: MIAMI DADE PARKS AND RECEATION 401 EAST 65TH STREET HIALEAH, FL 33013 SCOPE: (RETAINING WALL, PLAYGROUND &CONCRETE FLATWORK) VALUE: $ 350,000.00 CONTACT: CESAR PEREZ PH: 305-755-7853 EMAIL: CEPEREZ@MIAMIDADE.GOV ADDITIONAL PARK REFERENCES CAN BE PROVIDED UPON REQUEST Licensed & Insured CGC 1511027 7003 N. WATERWAY DRIVE UNIT#218 MIAMI, FL 3155 PH# 786-845-8999 FAX#305-424-9334 EMAIL ROBERT@HGCONSTRUCTION.US 1 CONSTRUCTION CLIENT REFERENCES WALMART — Pompano Beach (Drainage Improvements +$1 .6M) TD BANK — Royal Palm Beach TD BANK — Sheridan Street TD BANK — Boca Raton (Glades Road) TD BANK — Pembroke Pines TD BANK — Boynton Beach Robert Drane - President Rob Johnston — Vice President R.A. ROGERS CONSTRUCTION COMPANY, LLC 234 N. Westrnonte Drive Suite #2000 Altamonte Springs, FL 32714 P: 407-339-4001/ Direct: 407-215-9315 rjohnstonraroqers.com 2013 1.11 CONSTRUCTION MIAMI ZOO PROJECT 12400 SW 152 ST. SITE DEVELOPMENT (1 .4 MILLION) CONTRACTOR: PCL CONSTRUCTION DONALD GRADY — Sr. PM P: 407-363-0059 C: 407-466-6292 NOTRE DAME CATHOLIC CHURCH — Little Haiti CHASE BANK — Bird Road Miami CHASE BANK — Village of Tequesta CHASE BANK — Town of Weston Steve Otocki — Sr. PM 0:954.260.4317 GSD CONTRACTING, LLC 4675 Anglers Avenue, Ft. Lauderdale, FL 33312 P: 954-961 -4222 2013 CONSTRUCTION DANNY MEEHAN PARK PROJECT 7901 NW SOUTH RIVER DRIVE MEDLEY, FL CONSTRUCTION OF NEW PARK FACILITY(SOCCER FEILD,BASKETBALL COURTS, WALKWAYS, AMERISTAR FENCING, PARKING LOT ETC.) PROJECT VALUE $1.3 MILLION OWNER: TOWN OF MEDLEY TOWN ENGINEEER: JORGE CORZO P: 305-887-9541 MIAMI DADE PARK AND RECREATION PARKS CONTRACT JAY FORNI SENIOR ADMINISTRATOR MIAMI DADE PARKS AND REC. 275 NW 2 STREET MIAMI, FL 33128 P: 305-755-7800 jforni@miamidade.gov 2013 CONSTRUCTION CHAPMAN PARK DEVELOPMENT PHASE 'I (MIAMI-DADE COUNTY PARKS PROJECT-52.3M)-CONSTRUCTION OF NEW PARK BIKEPATHS, BRIDGE, DOCKS, PARKING AREA AND DECORATIVE WALLS/WALKWAYS. FLORIDA CITY YOUTH ACTIVITY CENTER 35TH STREET FIRE STATION — Ft. Lauderdale Mitch Brown — Sr. PM Brian Mayotte — Exec. VP Boran Craig Barber Engel Construction Company, Inc. 3606 Enterprise Avenue, Naples, FL 34104 P: 239-643-3343 2013 CONSTRUCTION ri , CHAPMAN WETLAND RESTORATION AND MITIGATION (MIAMI-DADE DERM PROJECT-$2.2M) VARIOUS FOOT INTERCHANGE IMPROVEMENTS Mario Lignarolo — Sr. PM SFM SERVICES 9700 NW 79T" Avenue, Hialeah, FL P: 305-219-8367 mlicinarolo@sfmservices.com 2013 CONSTRUCTION ENGINEERS Eddy Santamarina, P.E. Bohler Engineering 1000 Corporate Drive — Suite 250, Ft. Lauderdale, FL 33334 P: 954-202-7000 / C: 954-547-5970 esantamarina@bohlereng.com Jorge Fernandez, P.E. Kimley-Horn & Associates, Inc. 1221 Brickell Avenue — 4th Floor, Miami, FL 33131 P: 305-673-2025 / C: 305-582-0628 jorqe.fernandez@kimley-horn.com 2013 Parks,Recreation and Open Spaces 275 NW 2nd Street MIAMI-DADS Miami, Florida 33128 T 305-755-7800 ►►ern.:aiarriia:ac!o,cov Every Great Community has a Great Park System. October 3, 2017 To Whom It May Concern: HG Construction (HG) was the general contractor for the Miracle League Field at Tamiami Park, commissioned by the Miami-Dade County Parks, Recreation, and Open Spaces Department (MDPROS). The Miracle League Field was the first baseball field in Miami-Dade County specifically designed for use by those with disabilities. The field is made of approximately 19,000 sq. ft. rubberized surface with sub-base of asphalt so children with assistive devices can be granted improved access to the field and experience what it's like to play ball. The project also included new dugouts, bleachers, benches, backstops, and related fencing, a C.M.U. donor wall, modifications to the existing parking lot, and electrical and plumbing work. The dollar value of HG's contract was $673,086.63.The firm self-performed the following tasks: • Demolition • Concrete • Clearing and grubbing • Stripping • Grading and compaction • Chain link sport fencing . • Drainage • Installation of dugouts, bleachers, and benches • Asphalt • Structural HG Construction was instrumental in delivering this high visibility, fast tracked project on schedule. MDPROS found HG Construction to be courteous, conscientious, and very responsive. The quality of their work met and in some aspects exceeded our expectations. Feel free to contact me if you have any further questions. Sincerely, • Matilde E. Ry2Af7 Assistant Director, Planning, Design and Construction Excellence Miami Dade County, Parks, Recreation, and Open Spaces 'Connecting People and Parks for Life" Miami-Dade County Parks & Recreation Department MlAM Capital Programs Division CC‘iNTi Construction Services Section 275 NW 2 Street • Miami,FL 33128 Tel No.: 305-755-7800 • Fax No.: 305-755-7995 April 20, 2015 To Whom It May Concern: This letter of recommendation is for HG Construction as a general contractor. I have had the pleasure of working with Mr. Gonzalez and his team on several Miami Dade Park projects. I can recommend this firm highly and without reservation. They have constructed over a dozen of our local parks, playground facility's, prefabricated shelters, etc... Throughout the years Mr. Gonzalez &his staff have demonstrated the ability and desire to be consummate professionals in their approach to construction and client relations. They have been accurate and timely in the scale and cost of the projects we have worked together on. Projects have been completed with care,precision, of clean workmanship and on time. If you require any further information please do not hesitate to contact me at jforni@miamidade.gov and 786-586-6944. Sincerely, Jay Forni Construction Manager 111 Miami Dade Parks Recreation and Open Spaces Department MIAM Parks, Recreation and OpenSpaces COUNTY 275 MN 2"dstreet . Miami,Florida 33128 miamidaJe.gov T 305-755-7932 F 305-755-7995 • 20 April 2015 • To Whom It May Concern: I write this letter in recommendation of HG Construction as a general contractor. I have had the pleasure of working with Mr. Gonzalez and his team on several Miami Dade Park projects. I recommend this firm highly and without reservation based upon the many projects we have completed successfully together. Mr. Gonzalez and his staff have consistently demonstrated the ability and desire to be consummate professionals in their approach to construction and client relations. They have been accurate and timely in the delivery of the projects we have worked together on. Projects have been completed with care, precision, clean workmanship, on time and within budget. If you require any further information please do not hesitate to contact me at the contacts listed below. .Sincer Karen E. Cheney, RLA, LEED AP Landscape Architect 3 Capital Programs Division 305 755-7922 karenc@rniamldadtgov CITY OF MIAMI SPRINGS Finance Department A�. 201 Westward Drive v, . sd ;that'll Springs, FL 33166-3239 •j ,s` Phone: (305) 805-5035 1. FaC: (305)803-5040 �:aw•l r.J 'ern tv'vwn!i:!':Ci.^Y!n:._,l;t: 'f;QAfD� Tammy Romero Assistant City Manager r,r.r_,r.ltami::'' c.'r.',r,,-`i�•;r August 10, 2017 To Whom It May Concern, Please allow this letter to serve as a strong and well-deserved recommendation for FIG Construction Development & Investment, Inc., a top-notch site & general contractor. I have worked with HG on a recently-completed project which greatly enhanced ADA accessibility for our pedestrian traffic throughout the City of Miami Springs. This particular project was closely monitored and partially funded by FDOT, and was completed on time and in a professional manner with minimal, if any, residential impacts and no incidents nor accidents. HG's crews systematically completed the project per the contract plans and technical specifications while working closely with the City's Public Works Department to identify, prioritize and schedule the work. I highly recommend HG .Construction Development & Investment, Inc. and commend them for their professionalism, organization, and integrity, and look forward to working with them on future construction in the City of Miami Springs. Should any additional information be required, do not hesitate to contact me at your earliest convenience. Sincerely, Tammy Romero Assistant City Manager Cc: Tom Nash, Public Works Director Project file S U! J 7777 N.W. 72nd Avenue �� � :rt + !• Jorge E.Collo PE Medley, Florida 33166-2488 . = Town Engineer/Director • _; _ 3 Capital &Economic Development `• l r Office: (305) 887-9541, Ext. 143 !ORO' To Whom It May Concern: I write this letter in recommendation of HG Construction Development&: Investments, Inc. (HG) as a general and site contractor. I have had the pleasure of working with the management team on several public works projects in our town. Most notably the renovations and constntetion of the Danny Meehan Recreational Center in 2016. Located adjacent to Town Halt and The Police Deportment, this SIM+park renovation now serves as an important and central gathering place for every resident of this town. HG performed throughout the construction process and cooperated fully in matters of changes and time extensions, which were mostly due to design considerations. HG self-performed all of the utility and site work components of this project. In addition to the aforementioned, they also self-performed the concrete sidewalks, basketball court construction, pavers, flatwork, concrete dumpster enclosure, installation of fitness equipment,landscaping, and irrigation. Electrical and fence subcontractor's work was coordinated properly and carried out in a workman-like manner too. If you require any further information please do not hesitate to contact me at the contacts listed below. Sincerely, Jorge E. Corzo, P.E. Town Engineer, Town of Medley, FL it /A4\ Albu & Associates , Inc. GENERAL CONTRACTORS • DESIGN / BUILD • CONSTRUCTION MANAGERS To Whom It May Concern, July 17, 2017 Please allow this letter serve as recommendation of HG Construction Development&Investment Inc. as a top notch Site & General Contractor in the State of Florida. I have worked with them on several projects aver the years and all projects to date have been completed on time and in a professional manner. They were an integral part of constructing the site work component of a project that included removal and replacement of FOOT curb and gutter(Type F), removal/replacement of brick paver sidewalk with header curbs, 4" and 6" sidewalks along both FDOT roads. HG provided MOT plans for approval to the FOOT and executed the approved MOT plan without Incident. They also proceeded to mill and re-surface half of the roadway(Biscayne Blvd.) and complete thermoplastic striping+/-28 days later.This firm has proved to be a valuable part of our construction team. I highly recommend HG Construction Development& Investment Inc. 1. CVS/pharmacy—Miami, FL Biscayne Blvd. & NW 79`h Street(FOOT Roads) Scope of work: Earthwork excavation,water, sewer,drainage,subgrade,lime rock base, concrete parking lot, asphalt,curbs,sidewalks, pavers,&signage/striping. Work performed in the FOOT right of way consisted of Type F curb and gutter,sidewalks, drainage, asphalt and signage/striping 2. CVS/pharmacy—Doral, FL 8735 NW 366 Street • Scope of work: Earthwork,water,sewer, drainage, subgrade, lime rock base,concrete parking lot,asphalt, curbs, sidewalks, &signage/striping, FOOT sidewalks& driveway construction, asphalt milling/re-surfacing. Robert M. Dzurino Director of Operations • 2711 W. Fairbanks Ave.•Winter Park, Florida 32789 •(407) 788-1450 Fax(407)788-1463 •wv w,a(bu,biz•CGC1520336 II c1 aro. development Recommendation Letter July 11`h, 2017 „. . ,y,,, - , Subject:FDOT-Claro Development Recommendation Letter - + To Whom It May Concern, Please allow this letter serve as recommendation of HG Construction Development& Investment Inc.as a top-notch Site&General Contractor in the State of Florida.I have worked with them on several projects over the years and all projects to date have been 2 completed on time and in a professional manner. They were an integral part of r .'- constructing the site work component of a project that included removal and replacement ;` of FDOT curb and gutter(Type Fj,removal/replacement of brick paver sidewalk with header curbs along SW 8`h Street,4" and 6"sidewalks along SW 12`h Avenue. Both are FDOT roads. HG provided MOT plans for approval to the FDOT and executed the approved MOT plan without incident. They also proceeded to mill and re-surface half of the roadway(SW 12th Ave.) and complete thermoplastic striping+/-28 days later.This firm has :;: proved to be a valuable part of our construction team. Consequently, I sincerely and highly F recommend HG Construction Development&Investment Inc. ' 1. TD Bank-Miami > SW 8°Street&12"Avenue -? Scope of work: Earthwork excavation,water,sewer,drainage,subgrade, limerock base, i asphalt, curbs,sidewalks,pavers,&signage/striping,Type F curb and gutter,sidewalks, drainage,asphalt and signage/striping 2. Multi-Tenant Building -7 2949 N. Federal Highway, Ft. Lauderdale, Fl Scope of work: Earthwork,water,sewer,drainage, subgrade, limerock base,asphalt, curbs, - sidewalks,&signage/striping, FDOT sidewalks&driveway construction,asphalt milling/re- surfacing at US 1. 3. TD Bank Water Main Extension—Hialeah, Fl NW 186th Street&8Th Avenue Scope of work:Water main extension, fire hydrant removal/replacement,sewer line 4. TD bank Bird Pointe 14206 SW 42"a Street, Miami, Fl Scope of work:Water main extension,fire hydrant removal/replacement,sewer line construction,concrete sidewalk replacement, backflows installed Feel free to contact me should you require any further information or additional reference. Respectfully, Guillermo Mediavilla Claro Development L)35 North Miami Ave,suite 201 voice=L.305.324.4?00 M'ani, EL 33136 fax:-L-305.5743554 Kimley>» Horn April 27, 2017 To whom It may concern: It gives me great pleasure to write this letter on behalf of HG Construction Development and Investment Inc. Our firm has worked on many projects, some private sector projects and some municipal projects, with HG Construction through the years. They have performed admirably on all of our projects together. Our latest involvement with HG Construction pertains to the Mt Sinai Medical Center Emergency Dept. & Bed Tower project in Miami Beach, Florida, a $6.5M project on which HG Construction was the site-civil work subcontractor. HG's scope consisted primarily of underground drainage, domestic water fire line, and sanitary sewer installations. Their earthwork scope consisted of stabilized subgrade, limerock base, and asphaltic concrete placement; and their concrete scope encompassed Type 'D' curb, Type 'F' curb and gutter, and concrete sidewalks and ramps. All of the aforementioned work has been professionally performed by HG Construction forces in a timely manner. They have managed their subcontractors very well, while maintaining a very tight and difficult schedule. HG Construction's communication and work was performed in a very effective and professional manner. Their field crews were excellently managed by the project superintendent and the quality of the work was impeccable. The home office provided the required support to ensure that the project was completed on a timely basis.Additions to the original scope of work were immediately addressed, and change orders were promptly negotiated and executed, so as to maintain an uninterrupted flow to the construction process and maintain the team's best interest. It is without hesitation that I highly recommend HG Construction Development and Investment Inc. as a top tier contractor to address all of your civil/site work and general contracting needs. Please contact me if further information is needed. Sincerely .sir.. :-���er....ix./.2 L By: Jorge L. Fernandez, P.E. Associate Idmtey:homccm :355 Alhambra Cirde,Suite 1400-Coral Gables,Honda 33134 305.6732025 �IcCORI�E To Whom It May Concern, July 26, 2017 Please allow this letter serve as recommendation of HG Construction Development& Investment Inc.as a top notch Site&General Contractor In the State of Florida. I have worked with them on several projects over the years and all project to date have been completed on time and in a professional manner. They were an integral part of constructing the site work component of a project that included removal and replacement of FDOT curb and gutter(Type F),4"and 6"sidewalks and milling and re- surfacing along N. Federal Highway. HG provided MOT plans for approval to the FDOT and executed the approved MOT plan without incident. They also proceeded to mill and re-surface one full travel lane on N. Federal Highway and complete thermoplastic striping+1-28 days later.This firm has proven to be a valuable part of our construction team when working In South Florida. I highly recommend HG Construction Development&Investment Inc.for their professionalism,organization and Integrity. 1. LA Fitness—Pompano Beach,Fl 1000 N. Federal Highway Scope of work:Earthwork excavation,water,sewer,drainage,subgrade, limerock base,asphalt, curbs,sidewalks,pavers,&signage/striping,Type F curb and gutter,sidewalks,drainage,asphalt and signage/striping,water main&fire hydrant relocation in the FDOT right of way. Mill&Re- surface on N.Federal Highway, 2. LA Fitness—Westchester 8340 SW 40th Street,Miami,Fl • Scope of work: Earthwork,water,sewer,drainage,subgrade,limerock base,asphalt,brick pavers,curbs,sidewalks,&signage/striping, FDOT sidewalks&driveway construction on SW 40«Street(Bird Road), Please c" cont�me any further information or reference is needed. Neil Streeter McCorkle Construction Company 407-319-6008 R. A . ROGERS CONSTRUCTION COMPANY October23,2013 To Whom It May Concern: RA, Rogers Construction Company has maintained an annual volume In excess of 20 million dollars for several years and our subcontractor selection is a vital part of our business. We have conducted business with HG Construction for over five years and consider them an Integral part of our team, We frequently rely upon HG Construction for our sitework scope of work and count them as a valuable resource. Recently, HG satisfactorily completed a sitework subcontract for a Wal-Mart project for our company valued at approximately 1.6 million dollars. Much of the success we have enjoyed over the last several years Is a result of our association with HG Construction and I am pleased to recommend them. Should you have any questions Cr require additional Information, please contact me. Sincerely, Qrfrht u—Inl Robert W. Gra re, TEED AP. . President • i 234 It Wes.:nonle Drive.Suite 200D• Aitemonle Springs, Florida 32714•Phone(407)3394001 • Fax(407)139-4911 www.rarogers.com •Lic.YC10017877 CONSTRUCTION en MAMBAC = _...... _____ FLAMINGO PARK— EXISTING HANDBALL COURTS RENOVATION 1200 Meridian Avenue Miami Beach, FL 33139 ITB No: 2018-223-ZD Bid Price Tab E Appendix A— Price Form, Bid Tender Form, & Supplements Se Attachment A-I: ITB Price Form & Unit Price Breakdown form > Attachment A-2: Bid Tender Form > Attachment A-3: Supplement to Bid Tender from: 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 7003 North Waterway Drive Suite#218 Miami, FL 33155 Tel: 786-845-8999 Fax: 305-424-9334 APPENDIX 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 Failure to submit the attached ITS Price Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. BID NO:2018-223-ZD CITYOF MIAMI BEACH An i, V;ll BEACH 52 A-1 City of Miami Beach ITB Price Form The TOTAL BASE BID amount Includes the all-Inclusive total oast for the work specified in this bid,consisting of furnishing all materials,labor,equipment. sharing,supervision,mobilization,demobilization,overhead and profit,Immranu,permits,and taxes to complete the work to the full Intent as Shown or indicated in the contract documents. Any oral)alternates,if applicable,may be selected at the City's sole discretion and based on funding'variability. 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 ban bid shall govern.In absence of totals submitted tinny division cost,the Cty shall Interpret as no bid for dlvklan,which may disqualify bidder. Section 1-Bidders Price: PROJECT TITLE: ITB 2018-223-ZD: FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS Cost Division 01 -General Requirements/Overhead/Insurance/Bond $ T//r 2-1.74 7. O? Division 02-Demolition $ C 1117L r Se/Division 03-Concrete/Cast in Place/Concrete Toppings $^r71 /3/. et) Division 05- Metals/Steel Framing $ -/¢ LD Division 07- Thermal and Moisture Protection/Waterproofing $ 7�f it 9� 51, d', Division 08- Openings/Doors/Windows/Skylights $ i39.�,yw,E),n Division 09- Finishes/Painting/Sport Surfacing $ /4g,1135 Cy) Division 12- Furnishings/Site Furnishings $ 41812-3/,7122- Division 22- Plumbing $ nom Rio g Division 26- Electrical!Sports Lighting $ SQ) C? Division 31- Earthwork/Earth Moving $ 7/,7-z/cd Division 32- Exterior Improvements/Fences and Gates/Concrete Paving $ JO j,2.7.9-1/1 Division 33- Utilities/Drains a Rein $ 7/ r 2292 Allowance for City Indemnification $25.00 Permit Allowance $25,000.00 *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) Section 2-Bidder's Affirmation: Company: 416 der:sit cri&N Q loPAten--rc ,V_-si kerr =vc . Address Line 1: rI r0'� ICs/='`N toinv LJAJ ,p,t VE Address Line 2: 5 -i-c Ll$ kGAAd, c 33155 Telephone: rigi; gyrs S'gG Email: £c/1'r- /l(j(rGt/S Td27IGP/. o' Signature: _ Title/Printed Name: 2vbG2-lc Ore, Date: 61241v03 FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO:2018-223-ZD CITYOF MIAMI BEACH _ 53 City of Miami Beach,Florida A-2 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. 2018-223-ZD Flamingo Park- Existing Handball Courts Renovations 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. BID NO:2018.227-ZD CITYOF MIAMI BEACH N1iivid BEACH 5d A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment Da1e` rt-Issued 'If' en• mentWi 'Date�lssued ' NLurnber- r- - ..Numberlis.:;:-v Awe-w•. Amendment I =IDI. wie Amendment Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5Amendment 10 Attached is a Bid Bond IT' Cash 0, Money Order 0, Unconditional Letter of Credit 0, Treasurer's Check 0, Bank Draft 0, Cashier's Check 0, or: Certified Check 0 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: Pe- C71Wsraxcicdia' Icp a—r E='✓ET .}r=5- - Address Line 1: r(Gpj Luire Z(rS Address Line 2: HlinFli 531SS Telephone Number: rlc&,-345 Sag/ E-mail Address: 2C4t�1 �'�✓1•;NS;rcC7Jgr!�.✓S Social Security Number: OR Federal I.D. Number: U3-7!9µC55 Dun & Bradstreet No.: SZ-5&7-7Y75 If a partnership, names and addresses of partners: (Sian below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) BID NO: 2018-223-ZD CITYOF MIAMI BEACH _ 55 A-2 (Sion below if incorporated) Flo r ,r PA'ClO;: lc7t947FIcLT d; Ln.fit t -T 'C ATTEST: (Type or Print Name of Corporation) Secretary ,7„;•;:// � 1 I nature and Title) Vic Pn S Jc T (CORPORATE SEAL) -rO�TD orf-i Fr.rdG,.. VICc' �r7.G:r�G (Type or Print Name Signed Above) Incorporated under the laws of the State of: PioardQ/ • • BID NO:2018-323-ZD CITYOF MIAMI BEACH 56 • MIAMIBEACH • Procurement Dopanmenh 1755 McCtllen Avenue, 3a Floor, .Miami Beach, Florida 33139, www.mlamlteachll.gov, 305-613-549a 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2018-223-ZD Flamingo Park- Existing Handball Courts Renovations May 1, 2018 • This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION(S): A. Appendix C, Required Forms for Bid Submittal has been revised and included herein as Exhibit A. All required forms that are applicable for the bid submittal of this project have been checked. II. ATTACHMENTS: • Exhibit A- Updated Appendix C, Required Forms for Bid Submittal Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(av7miamibeachfl.gov Contact: j Telephone: 1 Email: 1 Zuleika Davidson 305-673-7000 ext. 6943 I zuleikadavidsonAmiamibeachfl.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 isub itting a proposal. i rely lex D is �� roc meet Director I ADDENDUM NO,1 I INVrrATION TO ED(1TE NO,2018-223-ZD FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS EXHIBIT A 2 I ADDENDUM NO.1 _ INVITATION TO BID(ITB)NO.2018.2232D FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS • APPENDIX C Required Forms for Bid Submittal !Note: Attachments below only apply If the adjacent box is checked) ® ATTACHMENT C-1: Prevailing Wage and Local Workforce Participation Program Requirements ® ATTACHMENT C-1A: Responsible Contractor Affidavit Form(PART A) C ATTACHMENT C-1 B: Responsible Contractor Affidavit Form (PART B) ❑ ATTACHMENT C-2: Bid Guaranty Form; Unconditional Letter Of Credit ® ATTACHMENT C-3: Statement Of Compliance: Prevailing Wage Rate Ordinance ❑ ATTACHMENT C-4: Statement Of Compliance: Davis Bacon Wages BID NO:2018-273-ZD CITYOF MIAMI BEACH NUNW BERCI-I 82 C-1 The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize, for clarity, the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts, the requirements of the City Code,with respect to these programs, shall prevail. . -. . I. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. (reference:Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum)the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning, January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training.The Procurement Department offers ongoing training in LCP Tracker to all contractors.To schedule a training session,contact Alien Gonzalez at AlianGonzalez@MiamieeachFL.gov or at 305-673-7490. BID NO:2018-223-ZD CITYOF MIAMI BEACH t41A34\.BEACf 83 C-1 II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit. As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award, the bidder shall submit a Responsible Contractor Affidavit. The Responsible Contractor Affidavit (RCA) is comprised of two (2) forms— RCA-Part A and RCA-Part B. Both forms are required to be submitted with the bid or within 48 business hours of being notified by the Procurement Contracting Officer for the solicitation. Failure to submit the RCA shall result In the bid being disqualified and deemed non-responsive. a. Part A—Commitment to Promote Local Workforce Participation.The contractor,and each subcontractor, shall submit RCA-Part A affirming that it will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To download RCA-Part A affidavit, visit miamibeachfi.gov/procurement/local workforce. b. Part B — Position / Employee Data. The contractor, and each sub-contractor shall submit RCA-Part B with the following sections completed: • Section 1 — Indicate the number of positions required to complete the contract work, and the minimum qualification(s)for each position. • Section 2—For the positions indicated in Section 1,specify the name,address, and position of each current employee of the contractor or subcontractor. • Section 3 - For the positions indicated in Section 1, not indicated in Section 2, each contractor or subcontractor shall specify the number of positions, and the minimum qualification(s)for each position,that the contractor or subcontractor shall seek to hire to supplement the current employees listed in Section 2. To download RCA-Part B form,visit miamibeachfi.gov/procurement/local workforce. 3. Workforce Performance Report. Before its final application for payment,the contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent (30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. BID NO:2018-223-ZD CITYOF MIAMI BEACH 1%/',1;,,,,,,IBL-Arl_I 84 c-1 III. PROCESS FLOW The following graphic outlining the major steps of the Prevailing Wage and Local Workforce Participation programs is provided illustrative purposes only, 6.Contractor submits Workforce Performance 1.Bidder submits a Report prior to bid Cr proposal. submittal of final payment de application. 11‘ 2.With is bid or proposal, 5.Projecct bidder submits Responsible Completed. Contractor Affidavit-Parts A and B. \I, 4.Prior to submittingvoir every payment application, Contractors 3.Project submits Awarded. Certified Payrolls in LCP Tracker. • Balance of Pape Intentionally Left Blank • BID NO:2018-223-ZO CITYOF MIAMI BEACH ne,l t.Mi BEACH 85 C-1A LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part A— Commitment to Promote Local Workforce Participation In accordance with Article III. Section 31-40 of the Miami Beach Code, all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,000,000 for(I) the eonstmction, demolition, alteration and/or repair of city buildings or city public works projects, or (ii)a contract valued in excess of$1.000,000 which provides for privately-funded construction, demolition, alteration and/or repair of buildings or improvements located on city-owned land, and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami- Dade County residents and seek to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunifes for Miami Beach residents. To verify workers' residency, contractor(s) shall provide the residence address of each worker. dd achorris• f na,: Ni.p• WI t Print Name -ooffAffiant Print Title of Affiant -Signeto - of Affiant k�bCan••N r�cris4a RVgaimaci- per . 0-12/I/C Name of Firm Date goo; rl tJaz-au/7 kaly= L 2X =�sr Address of Firm / State Zip Code Notary Public Information ,f,, Notary Public-State of CCDM°' F(1 County of AK/ -/VC - Subscribed and sworn to(or affirmed)before me this 21 S 'day of, .41,2/ 20/5". by 720h He or she is personally known to me 2:6;has produced identification 0 Type Doff identification produced 1 G' • G6/Dfig'2� Signa re of Notary bllc Serial Number Print or Stamp of Notary Public Expirat on Date N• c ,� tit�� tssloexbo wan it: EXPIRES September 23.2021 ReseadiNYNOter(Welu Urv:X�mm BID NO:2018-223-ZD CITYOF MIAMI BEACH 88 m ) _ \_ E 0 41 ! I ll 0 I "Ta \o 0= 0000 ( ) / $ § 8 r4 e /15 i , \ §o \ cu k ! / : { \ ) QCs \ E % - - w ) 2--- .4.2e ( L. \ ; eu EI ! f ) 2 9 ` 0 _ ) ) a hs a Z — � \ \ � R } _ > , . $ _ > 11 $ > - j $: = ]: j ® ! e " a ! r ! I ] • .a2%% b ) % 2 ) » � ' ! • ± 2 ( ( { a. E / . - \ auf: + �\q r- \ § � \ - ` ) }£ 0" 2 _ G ) / ) 02 \ k k \ \ 1-- 3 / � � t q 1,62:: } ` / / i = k $ §� aa 8 • G • o l ) _ a. § ig )` I-E } 01 k ® { t I } ; ° / -13 ; •I k/\ �\\ \ ! } vi• \ 11.1 To °}) 7\} � e } rzi \{E5CO4 ( ) 2: !� C-2 MIAMI BEACH • ❑ 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: 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 agreed upon by and (contractor, applicant, customer) 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. BID NO: 2018.223-7D CITYOF MIAMI BEACH IVHA,V11 BEACH 88 C-2 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 • BID NO:2018-220-ZD CITYOF MIAMI BEACH MI.A.MI BEACH 89 0 STATEMENT OF COMPLIANCE: C-3 PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. 7.018- l232-O Contract No. Project Title EIFHth s x n~ r� x p� � d CauarS /Lca:c/A-1Br, 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 HA-). 2.1•S- , 20 FS fcNsrnecrie EtsIcpHzx,T 1 enff-T .i* _ By: / - (Signat - By: -.y.a .Ml. •p ' VP ' STATE OF Fje,t clic- ) (Print Name and Title) SS COUNTY OF N•rare-rah- ) The foregoing instrument was acknowledged before me this 21sr day of H.41 , 20K, by rc4;2a 9$./eau h who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this�� is/ .2/9—dayof Pity , 20_ (NOTARY SEAL) 44 ! (Sig lure of per on taking acknowledgment) fix: ..`, OLGA L.CRUZ zf,. fai„ MYCOMMISSION p GR3;0181 1 au,i?} .A'? EXPIRES.8e01emher20,1021 0I ct, L. au/Z __'*rw�wi= _•�r��,��:er.dls; (Name of officer taking acknowledgment) (typed, printed or stamped) rhtfl Public • (Title or rank) 66 /a7522- (Serial number, if any) My commission expires:q434.0 2) BID NO:2018.223-Z0 CITYOF MIAMI BEACH 90 ❑ STATEMENT OF COMPLIANCE: 1 C' 4 DAVIS BACON ACT No. Zp1C" -Z2 2 ' Contract No. ' Project Title FIAKLk%SD P ztXC-%[i57it 1 10Vr s 2undiit 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 Hat./ 215tzo if k6 Digs; wcns.J /x 2 ,� � ...- i tz. ' !r/d1v1i �. By: Lfl�i . .111a� By: T 2rtca At VP STATE OF 121M - ) b- (Print Name and Title) � � ) SS COUNTY OF F/i:IZ11 4jL ) The foregoing instrument was acknowledged before me this 21sr day of • M.t^!! , 20J by 0,10 f1J debtu,>„06,5 who is personally known to ,tne 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) CGv^-{� � . (Signa ire of person t. • mg acknowledgment) CLGA L.CRUZ 000�J/ C. e 2 17�K:,.... MY COMMISSION GG 1C13�2 . E.miREG.Sepmneer23.2021 (Name Pit, - officer taking acknowledgment) °="'"TM5'Nrta"Public Under/min (typed, printed or stamped) (Title tor rank) 6(.' //)e2-a (Serial number, if any) My commission expires:5 L BID NO:2018-223-ZD CITYOF MIAMI BEACH _ 91 MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3' Floor, MUM Beach, F'.orda 150g, w.w,miamlbenchil.Sov, 305-671-743S ADDENDUM NO.2 INVITATION TO BID NO. 2018-223-ZD Flamingo Park- Existing Handball Courts Renovations • May 9,2018 This Addendum to the above-referenced ITB is issued In response to questions from prospective bidders, or •• other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ATTACHMENTS: • • • Exhibit A- Updated Appendix F, Specifications for Section 265668- Exterior Athletic Lighting • Exhibit B- Prevailing Wages Applicable Wage Table II. ANSWERS TO QUESTIONS RECEIVED: Q1. The wages established by the "Federal Register" last published by the United State Department of Labor' does not exist anywhere that we can find. Please provide the required wages to be paid on this project. Al. Refer to Exhibit B. Q2. On page A3.01 note number 12 indicates "New 3 row aluminum bleacher basis of design • sideline series by The Park & Facilities or equal." There are different length sizes of 3 row bleachers by the above manufacturer. Please specify the size. A2. 7,-6" x 5'-0" Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaarCranadoram iamibeachfl.gov l Contact: Telephone: Email: I Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson,Ac,miamibeachfI.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. Si e - y, Ai.- Ale I- I. Pr cue •nt Director 1 I ADDENDUM NO.2 INVITATION TO BID(ITS)NO.2019-223-ZD FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS • EXHIBIT A • 2 ADDENDUM NO.2 I INVITATION TO BID(ITB)NO.201B-223-Z0 FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS • SECTION 265668-EXTERIOR ATHLETIC LIGHTING 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 LED lighting for the following outdoor sports venues: 1. Handball&Racquetball Courts 1.3 DEFINITIONS A. CV: Coefficient of variation; a statistical measure of the weighted average of all relevant illumination values for the playing area, expressed as the ratio of the standard deviation for all • illuminance values to the mean illuminance value. B. Delegated-Design Submittals: Documents, including drawings, calculations, and material and product specifications prepared as a responsibility of Contractor to obtain acceptance by Owner and authorities having jurisdiction. C. Illuminance: The metric most commonly used to evaluate lighting systems. It Is the density of luminous flux,or flow of light, reaching a surface divided by the area of that surface. 1. Horizontal Illuminance: Measurement in foot-candles (lux), on a horizontal surface 36 inches (914 mm)above ground unless otherwise indicated. 2. Target Illuminance: Average maintained illuminance level,calculated by multiplying initial illuminance by LLF. 3. Vertical Illuminance: Measurement In foot-candles (lux), in two directions on a vertical surface, at an elevation coinciding with plane height of horizontal measurements. D, LC: Lighting Certified. E. Light Trespass: Light spill into areas and properties outside the playing areas, which is either annoying or unwanted. F. LLD: Lamp lumen depreciation,which is the decrease in lamp output as the lamp ages. G. LLF: Light loss factor,which is the product of all factors that contribute to light loss in the system. H. Luminaire: Complete lighting fixture, including ballast housing if integral. I. UG: Uniformity gradient; the rate of change of illuminance on the playing field, expressed as a ratio between the illuminances of adjacent measuring points on a uniform grid. EXTERIOR ATHLETIC LIGHTING 265668- 1 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez&Partners 1.4 PERFORMANCE REQUIREMENTS A. Facility Type: Recreational or social facility. B. Illumination Criteria: 1. Minimum average target illuminance level for each lighted area for each sports venue and for the indicated class of play according to IESNA RP-6. 2. CV and maximum-to-minimum uniformity ratios for each lighted area equal to or less than those listed in IESNA RP-6 for the indicated class of play. 3. UG levels within each lighted area equal to or less than those listed in IESNA RP-6 for the indicated speed of sport. C. Illumination Criteria: Average Tar- Maximum to Area of Lighting get Illumine- Minimum Grid Uniformity Points Grid Spacing tion Levels Ratio Indoor Courts- Hitting Wall- 19 5 dlestcan- 1.7:1 32 5'by 5' Vertical Measurement Indoor Courts- Playing Area- 40 Footcan- 2.7:1 49 3' b 3' Horizontal dles ! y Outdoor Court#1 - Hitting Wall- 30 FdOetscan- 2.6:1 95 5'by 5' Vertical Measurement - Outdoor Court#1 - • Playing Area- 22 Footcan- 2.5:1 50 10' by10' Horizontal Measurement dles Outdoor Court#2- 35 Footcan- Hitting Wall- dles 2.4:1 50 5'by 5' Vertical Measurement Outdoor Court#2- 22 Footcan- Playing Area- dles 1.8:1 30 10' by 10' Horizontal Measurement Outdoor Court#3- Hitting Wall- 35 Fdlescan- 2.2:1 50 5'by 5' Vertical Measurement Outdoor Court#3- 22 Footcan- Playing Area- files 1.8:1 30 10'by 10' Horizontal Measurement D. Illumination Calculations: Computer-analyzed point method complying with IESNA RP-6 to optimize selection, location, and aiming of luminaires. 1. Grid Pattern Dimensions: For playing areas of each sport and areas of concern for spill- light control, correlate and reference calculated parameters to the grid areas. Each grid point represents the center of the grid area defined by the length and width of the grid spacing. EXTERIOR ATHLETIC LIGHTING 265668-2 Flamingo Park-Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07 2017 Wolfberg Alvarez&Partners I 2. Spill-Light Control: Minimize spill light for each playing area on adjacent and nearby areas. ; a. Prevent light trespass on properties near Project as defined by City of Miami Beach. b. For property line area, limit the level of illuminance directed into the area from any luminaire or group of luminaires,and measured 36 inches(914 mm)above grade to the following: Maxmum _ Property line Maximum Vertical Footcandles 0.5 Footcandles Property Line Horizontal Footcandles 0,5 Footcandles Property Line Max Candela 12,000 Candela c. Calculate the horizontal and vertical illuminance due to spill light for points spaced 30 feet(6 m) part in areas indicated on Drawings as "spill-light critical," to ensure that design meets the above limits. 3. Glare Control: Design illumination for each playing area to minimize direct glare in adjacent and nearby areas. a. Design source intensity of luminaires that may be observed at an elevation of 36 above finished grade at property fine to be less than 12,000 candela when so observed. 4. Spill Scans: Spill scans must be submitted Indicating the amount of horizontal and vertical footcandles along the specified lines. Light levels shall be taken at 30-foot Intervals along the boundary line. Readings shall be taken with the meter orientation at both horizontal and aimed towards the most intense bank of lights. Illumination level shall be measured in accordance with the IESNA LM-5-04 after 1 hour warm up. 5. The first page of a photometric report for all luminaire types proposed showing horizontal and vertical axial candle power shall be provided to demonstrate the capability of achieving the specified performance. Reports shall be certified by a qualified independent testing laboratory with a minimum of five years experience or by a manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products.A summary of the horizontal and vertical aiming angles for each luminaire shall be included with the photometric report. 6. Determine LLF according to IESNA RP-6 and manufacturer's test data. a. Use LLD at 100 percent of rated lamp life. LLF shall be applied to initial illumination to ensure that target illumination is achieved at 100 percent of lamp life and shall include consideration of field factor. b. LLF shall not be higher than 70 percent, and may be lower when determined by manufacturer after application of the ballast output and optical system output according to IESNA RP-6. A. Mounting Heights: To ensure proper aiming angles for reduced glare and to provide better playability, minimum mounting heights shall be as described below. Higher mounting heights may be required based on photometric report and ability to ensure the top of the field angle is a minimum of 10 degrees below horizontal and meets the proper City of Miami Beach specifications. EXTERIOR ATHLETIC LIGHTING 265668-3 Flamingo Park—Existing Handball Courts Renovations . Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez&Partners • $.:of Poles i Pole Deeignatlon Pole Height ` ?. • 2 Outdoor Court#1 30' 1 Outdoor Court#2 40' 1 Outdoor Court#3 40' 7. Luminaire Placement: Luminaire clusters shat' be outside the glare zones defined by IESNA RP-6. E. Electric Power Distribution Requirements: 1. Electric Power: 208V;three phase. a. Include roughing-in of service indicated for nonsports improvements on Project site, b. Balance load between phases. Install wiring to ba:ance three phases at each support structure. c. Include required overcurrent protective devices and individual lighting control for each sports field or venue. d. Include indicated feeder capacity and panelboard provisions for future lighted sports field construction. F. Maximum Total Load: As indicated on drawings. 1. Maximum Total Voltage Drop from Source to Load: 5percent, including voltage drops in branch circuit, subfeeder, and feeder. G. Life-Cycle Cost Criteria: 1. Estimated life-cycle cost of lighting system for period of 25 years based on the parameters below: a. Energy Cost. b. General Maintenance. 1.5 ACTION SUBMITTALS A. Product Data: For each type of lighting product indicated. Include the following: 1. Lamp life, output, and energy-efficiency data. Lamp data certified by NVLAP or NRTL; comply with IESNA LM-47. 2. Photometric data based on laboratory tests of each luminaire type, complete with lamps, ballasts, and accessories; comply with IESNA LM-5. a. Photometric data shall be certified by a qualified independent testing agency. b. Photometric data shall be certified by manufacturers laboratory with a current accreditation under the NVLAP for Energy Efficient Lighting Products. B. Delegated-Design Submittal: For exterior athletic lighting indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1. Drawings and specifications for construction of lighting system. 2. Manufacturer's determination of LLF used in design calculations. 3. Lighting system design calculations for the following: EXTERIOR ATHLETIC LIGHTING 265668-4 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez&Partners a. Target Illuminance, b. Point calculations of horizontal and vertical illuminance, CV, and UG at minimum • grid size and area. c. Point calculations of horizontal and vertical illuminance in indicated areas of concern • for spill light. d. Calculations of source intensity of luminaires observed at eye level from indicated properties near the playing fields. 4. Electrical system design calculations for the following: a. Short-circuit current calculations for rating of panelboards. b. Total connected and estimated peak-demand electrical load, in kllewatts, of lighting system. c. Capacity of feeder required to supply lighting system. 5. Wiring requirements, Including required conductors and cables and wiring methods. 6. Structural analysis data and calculations used for pole selection. a. Manufacturer Wind-Load Strength Certification: Submit certification that selected total support system, including poles, complies with AASHTO LTS-4-M for location of Project. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified manufacturer professional engineer luminaire photometric data testing laboratory andfield testing agency. B. Manufacturer Certificates: For support structures, including brackets, arms, appurtenances, bases, anchorages, and foundations, from manufacturer. C. Welding certificates. D. Field quality-control reports. E. Warranty Sample of special warranty. 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For sports lighting system components to include in emergency, operation, and maintenance manuals. 1.8 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. B. Manufacturer Qualifications: Manufacturer's responsibilities include fabricating sports lighting and providing professional engineering services needed to assume engineering responsibility. 1. Engineering Responsibility: Preparation of delegated-design submittals and comprehensive engineering analysis by a qualified professional engineer. EXTERIOR ATHLETIC LIGHTING 265668-5 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez& Partners C. Luminaire Photometric Data Testing Laboratory: By an independent agency,with the experience • and capability to conduct the testing Indicated, that is an NRTL. D. Field Testing Agency Qualifications: An independent testing agency that is accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products, or an NRTL as defined in 29 CFR 1910, with the experience and capability to conduct field testing • according to IESNA LM-5. • E. 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. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of luminaires, lamps, and luminaire alignment products and to correct misalignment that occurs subsequent to successful acceptance tests. Manufacturer may exclude lightning damage, had damage,vandalism,abuse,and unauthorized repairs and alterations from special warranty coverage. 1. Luminaire Warranty: Luminaire and luminaire assembly(excluding fuses and lamps)shall be free from defects in materials and workmanship for a period of 25 years from date of Substantial Corn pletion. 2. Fuse Warranty: Replace fuses that fail within 12 months from date of Substantial Completion, 3. Alignment Warranty: Accuracy of alignment of luminaires sha'l remain within specified illuminance uniformity ratios for a period of five years from date of successful completion of acceptance tests. - • a. Realign luminaires that become misaligned during the warranty period. b. Replace alignment products that fail within the warranty period. c. Verify successful realignment of luminaires by retesting as specified in"Field Quality Control'Article. 1.10 MAINTENANCE SERVICE A. Continuing Maintenance Proposal: From manufacturer to Owner, in the form of a standard maintenance agreement that contains the terms in this article, starting on date of Substantial Completion. State services, obligations, conditions,and terms for agreement period and for future renewal options. B. Agreement Period: 25years from date of Substantial Completion. C. Estimated Annual Usage: Warranty Is based on 1,200 burning hours per year, If this number is exceeded,the cost of lamps and their replacement labor shall be equitably adjusted. D. Services: Repair or replace components of luminaires, lamps, and ballasts; align luminaires. EXTERIOR ATHLETIC LIGHTING 265668-6 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez 8 Partners PART 2-PRODUCTS 2.1 SPORTS LIGHTING SYSTEM CONSTRUCTION A. Manufacturing Requirements:All components shall be designed and manufactured as a system. Al]- luminaires, wire harnesses, drivers and other enclosures shall be factory assembled, aimed, wired and tested. B. Durability: All exposed components shall be constructed of corrosion resistant material and/or coated to help prevent corrosion.All exposed carbon steel shall be hot dip galvanized per ASTM A123. All exposed aluminum shall be powder coated with high performance polyester or anodized. All exterior reflective inserts shall be anodized, coated, and protected from direct environmental exposure to prevent reflective degradation or corrosion.All exposed hardware and fasteners shall be stainless steel of 18-8 grade or better, passivated and coated with aluminum- based thermosetting epoxy resin for protection against corrosion and stress corrosion cracking. Structural fasteners may be carbon steel and galvanized meeting ASTM A153 and ISO/EN 1461 (for hot dipped galvanizing), or ASTM 8695.(for mechanical galvanizing). All wiring shall be enclosed within the cross-arms, pole, or electrical components enclosure. C. System Description: Lighting system shall consist of the following: 1. Galvanized steel poles and cross-arm assembly. Alternate:Concrete pole with a minimum of 8,000 psi and installed with concrete backfill will be an acceptable alternative provided building code, wind speed and foundation designs per specifications are adhered to. 2. Non-approved pole technology: a. Square static cast concrete poles will not be accepted. b. Direct bury steel poles which utilize the extended portion of the steel shaft for their foundation will not be accepted due to potential for internal and external corrosive reaction to the soils and long term performance concerns. 3. Lighting systems shall use concrete foundations. See Section 2.3 for details. a For a foundation using a pre-stressed concrete base embedded in concrete backfill • the concrete shall be air-entrained and have a minimum compressive design strength at 28 days of 3,000 PSI. 3.000 PSI concrete specified for early pole erection,actual required minimum allowable concrete strength is 1,000 PSI.All piers and concrete backfill must bear on and against firm undisturbed soil. b. For anchor bolt foundations or foundations using a pre-stressed concrete base In a suspended pier or re-inforced pier design pole erection may occur after 7 days. Or after a concrete sample from the same batch achieves a certain strength. 4. Manufacturer will supply all drivers and supporting electrical equipment a. Pole Mounted Fixtures: Remote drivers and supporting electrical equipment shall be mounted approximately 10 feet above grade in aluminum enclosures. The enclosures shall be touch-safe and include drivers and fusing with indicator lights on fuses to notify when a fuse is to be replaced for each luminaire. Disconnect per circuit for each pole structure will be located in the enclosure. b. Wall Mounted Fixtures. Remote Drivers(see above)or Integral drivers mounted at the top of the pole will require a pole mounted enclosure approximately 10 feet above grade.The enclosure shall include a disconnect per circuit and surge protection. 5. Manufacturer shall provide surge protection at the pole equal to or greater than 40 kA for each line to ground(Common Mode)as recommended by IEEE C62.41.2_2002. 6. Wire harness complete with an abrasion protection sleeve, strain relief and plug-in connections for fast, trouble-free installation. 7. All luminaires, visors, and cross-arm assemblies shall.withstand 150 mph winds and maintain luminaire aiming alignment. 8. Control cabinet to provide remote on-off control and monitoring of the lighting system. See Section 2.4 for further details. EXTERIOR ATHLETIC LIGHTING 265668-7 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No.28010.00 07,2017 Wolfberg Alvarez&Partners • 9. Manufacturer shall provide lightning grounding as defined by NFPA 780 and be UL Listed • per UL 96 and UL 96A. a. Integrated grounding via concrete encased electrode grounding system. b. If grounding is not integrated into the structure, the manufacturer shall supply grounding electrodes, copper down conductors, and exothermic weld kits. Electrodes and conductors shall be sized as required by NFPA 780.The grounding electrode shall be minimum size of 5/8 inch diameter and 8 feet long,with a minimum of 10 feet embedment. Ground:ng electrode shall be connected to the structure by a grounding electrode conductor with a minimum size of 2 AWG for poles with 75 feet mounting height or less,and 2/0 AWG for poles with more than 75 feet mounting height. 10. Safety:All system components shall be UL listed for the appropriate application. 2.2 SUPPORT STRUCTURES A. Wind Loads: Wind loads shall be based on the 2014 Florida Building Code. Wind loads to be calculated using ASCE 7A0,an ultimate design wind speed of 175, high velocity hurricane zone, and exposure category C. B. Pole Structural Design: The stress analysis and safety factor of the poles shall conform to 2013 AASHTO Standard Specification for Structural Supports for Highway Signs, Luminaires, and Traffic Signals(LTS-6). C. Foundation Design: The foundation design shall be based on soil parameters as outlined in the geotechnical report. D. Foundation Drawings: Project specific foundation drawings stamped by a registered engineer in the state where the project is located are required.The foundation drawings must list the moment, shear(horizontal)force, and axial (vertical)force at ground level for each pole. These drawings must be submitted at time of bid to allow for accurate pricing. 2.3 Lighting Control: Manual, low voltage, or digital;providing the following functions, integrated into a single control station,with multiple subcontrol stations as indicated: A. Instant On/Off Capabilities: System shall provide for instant on/off of luminaires. B. Lighting contactor cabinet(s) constructed of NEMA Type 4 aluminum, designed for easy Installation with contactors,labeled to match field diagrams and electrical design. Manual off-on- auto selector switches shall be provided. C. Remote Lighting Control System: System shall allow owner and users with a security code to schedule on/off system operation via a web site, phone, fax or email up to ten years in advance. Manufacturer shall provide and maintain a two-way TCP/IP communication link.Trained staff shall be available 24/7 to provide scheduling support and assist with reporting needs. The owner may assign various security levels to schedulers by function and/or fields.This func- tion must be flexible to allow a range of privileges such as full scheduling capabilities for all fields to only having permission to execute"early off"commands by phone. Scheduling tool shall be capable of setting curfew limits. Controller shall accept and store 7-day schedules, be protected against memory loss during power outages, and shall reboot once power Is regained and execute any commands that would have occurred during outage. EXTERIOR ATHLETIC LIGHTING 265668-8 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No. 28010.00 07,2017 Wolfberg Alvarez 8 Partners • D. Remote Monitoring System: System shah monitor lighting performance and notify manufacturer If Individual luminaire outage is detected so that appropriate maintenance can be scheduled.The controller shall determine switch position(manual or auto)and contactor status(open or closed). E. Management Tools: Manufacturer shall provide a web-based database and dashboard tool of actual field usage and provide reports by facility and user group. Dashboard shall also show • current status of luminaire outages, control operation and service. Mobile application will be provided suitable for I OS, Android and Blackberry devices. Hours of Usage: Manufacturer shall provide a means of tracking actual hours of usage for the field lighting system that is readily accessible to the owner. 1. Cumulative hours: shall be tracked to show the total hours used by the facility 2. Report hours saved by using early off and push buttons by users. 2.4 SURGE PROTECTION A. Surge Protection: Comply with requirements in Section 264313'Transient-Voltage Suppression • for Low-Voltage Electrical Power Circuits" and include surge suppressors with the following requirements: 1. Panelboard type. 2.5 POLE AND BASE PROTECTION A. Pole Pads: Wraparound pad, with 4 inches (100 mm) of extra-firm polyfoam, 360-degree coverage of ground-mounted poles and supports, continuous hook-and-loop fastening, and not less than 72 inches (1820 mm)high. PART 3- EXECUTION 3.1 INSTALLATION A. Use web fabric slings(not chain or cable)to raise and set structural members. Protect equipment during Installation to prevent corrosion. B. Install poles and other structural units level, plumb, and square. C. Except for embedded structural members, grout void between pole base and foundation. Use nonshrinking or expanding concrete grout firmly packed in entire void space. Use a short piece of 1/2-inch- (13-mm-) diameter pipe to make a drain hole through grout. Arrange to drain condensation from interior of pole. Nonshrink grout is specified in Section 055000 "Metal Fabrications." • C. Install pole pads at all poles inside playing field boundaries and when located within 20 feet(6 m) of the field boundary. E. Extend cast-in-place bolted base foundations 36 inches (914 mm)above grade, minimum. EXTERIOR ATHLETIC LIGHTING 265668-9 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No.28010.00 07,2017 Wolfberg Alvarez&Partners F. Install controls and ballast housings In cabinets mounted on support structure at least 10 feet (3 m)above finished grade. G. It shall be the Contractors responsibility to notify the Owner if soil conditions exist other than those on which the foundation design is based, or if the sot cannot be readily excavated. Contractor may issue a change order request/estimate for the Owner's approval/ payment for additional costs associated with: • 1. Providing engineered foundation embedment design by a registered engineer in the State of FL for soils other than specified soil conditions; 2. Additional materials required to achieve alternate foundation; 3. Excavation and removal of materials other than normal soils, such as rock, caliche, etc 3.2 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests, inspections, and analysis. B. Perform tests, inspections, and analysis according to IESNA RP-6 and IESNA LM-5 where applicable. C. Tests and Inspections: 1. After installing sports lighting system and after electrical circuits have been energized. perform proof-of-performance field measurements and analysis for compliance with requirements. 2. Playing and Other Designated Areas: Make field measurements at intersections of grids, dimensioned and located as specified in "Performance Requirements" Article and as described below: a. Handball& Racquetball Courts: Measure at least 30 points for a double court. 3. Make field measurements at established test points in areas of concern for spill light and glare. 4. Perform analysis to demonstrate correlation of field measurements with specified illumination quality and quantity values and corresponding computer-generated values that • were submitted with engineered design documents. Submit a report of the analysis. For computer-generated values, use manufacturer's lamp lumens that are adjusted to lamp age at time of field testing. D. Correction of Illumination Deficiencies for Playing Areas: Make corrections to illumination quality or quantity, measured in field quality-control tests, that varies from specified illumination criteria by plus or minus 10 percent. 1. Add or replace luminaires, or change mounting height, revise aiming, or install louvers, shields, or baffles. 2. If luminaires are added or mounting height Is changed, revise aiming and recalculate and modify or replace support structures if indicated. 3. Do not replace luminaires with units of higher or lower wattage without Architect's approval. 4. Retest as specified above after repairs, adjustments, or replacements are made. 5. Report results in writing. E. Correction of Excessive Illumination in Spill-Light-Critical Areas: If measurements indicate that specified limits for spill light are exceeded,make corrections to illumination quantity,measured in field quality-control tests, that reduce levels to within specified maximum values. EXTERIOR ATHLETIC LIGHTING 265688- 10 Flamingo Park—Existing Handball Courts Renovations Revised on May • WA Project No. 28010.00 07,2017 Wolfberg Alvarez&Partners • 1. Replace luminaires, or change mounting heights, revise aiming,or install louvers, shields, • or baffles. 2. Obtain Architect's approval to replace luminaires with units of higher or lower wattage. 3. If mounting height is changed, revise aiming and recalculate and modify or replace support structures if indicated. 4. Retest as specified above after repairs, adjustments, or replacements are made. 5. Report results in writing. F. Spoils lighting will be considered defective if it does not pass tests and inspections. G. Prepare test and inspection reports. 3.3 DEMONSTRATION A. Engage a factory-authorized service representative to tralnOwners maintenance personnel to adjust, operate,and maintain exterior athletic lighting. • END OF SECTION 265668 EXTERIOR ATHLETIC LIGHTING 265668 -11 Flamingo Park—Existing Handball Courts Renovations Revised on May WA Project No, 28010.00 07,2017 Wolfberg Alvarez 8,Partners 1 I EXHIBIT B • 3 ADDENDUM NO.2 I INVITATION TO BID(ITB)NO.2018-223-2D FLAMINGO PARK-EXISTING HANDBALL COURTS RENOVATIONS eCi5L02. Number: FL180260 04/20/2018 F1260 • d General Decision Number: FL20170260 ..^ate: Florida Construction Type: Building • County: Miami-Dade County in Florida. • B]IIDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Note: Ander Executive Order (E0) 13659, an hourly minimum wage of $10.35 for calendar year 2019 applies to all contracts • subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply no contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a) (2)-(60) . Additional information on contractor requirements and worker protections under the E0 is available at www.dol.gov/whd/govcortracts. ification Number Publication Date 0 401/05/2013 1 01/12/2018 2 04/20/2019 ASBS0060-001 03/02/2316 Rates Fringes ASBESTOS WORKER/HEAT 6 FROST INSULATOR $ 34 .58 12.57 CARPIE79-002 08/01/2016 Rates Fringes CARPENTER: PILEDRIVERMAS $ 25.20 10.35 ELEV0771-002 01/01/2018 Rates Fringes ELEVATOR MECHANIC $ 43.07 32.645 FOOTNOTE: A: Employer contributes 8% basic hourly rate for 5 years or ore of service or 6% basic hourly rate for 6 months to 5 'years of service as Vacation Pay Credit; Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day; plus the Friday after Thanksgiving; and Christmas Day. rOS .-019 07/01/2016 0 ( Rates Fringes O' 4ATOR: ' .tchoe/Excavator/Trackhoe $ 23.75 9.20 ENGIC487-020 05/01/2016 Rates Fringes OPERATOR: Concrete Pump $ 26.04 9.23 ENGI0487-021 07/01/2016 — Rates Fringes OPERATOR: Crane All Cranes 160 Ton Capacity and Over $ 33.05 9.20 All Cranes Over 15 Ton Capacity $ 32.05 9.20 OPERATOR: Forklift $ 23.25 9.20 OPERATOR: Mechanic $ 32.65 9.20 OPERATOR: Oiler $ 23.50 9.20 IR0N0272-331 10/01/2017 Razes Fringes IRONWORKER, STRUCTURAL $ 24.89 10.10 • • .0N0402-001 02/01/2017 Rates Fringes IRONWORKER, ORNAMENTAL $ 23.0C 10.99 PLUM0519-001 04/01/2016 Rates Fringes PLUMBER $ 28.06 9.39 P50M0725-001 07/16/2017 Rates Fringes PIPEFITTER (Includes EVA. Pipe, Unit and Temperature Controls Installations) $ 34.48 13.47 SFFL0821-004 01/01/2018 Rates Fringes SPRINKLER FITTER (Fire Sprinklers) $ 27.68 18.89 • EE0032-001 12/01/2013 Rates Fringes SHEET .METAL WORKER, Includes HVAC Duct Instal'_ation $ 23.50 12.18 4 4-024 08/16/2016 )))))0 . Rates Fringes r' SPENTER, includes • 'ustical Ceiling Installation, Drywall Finishing/Taping, Drywall Hanging, Form. Work, Metal • Stud Installation $ 18.04 3.24 CEMENT MASON/CONCRETE FINISHER $ 13.05 0.70 ELECTRICIAN, Includes Low Voltage Wiring $ 29.60 9.39 IRONWORKER, REINFORCING < 17.72 0.00 LABORER: Common or General, Including Cement Mason Tending $ 11'.79 0.70 LABORER: Pipelayer $ 13.56 . 1.34 OPERATOR: Bulldozer $ 15.40 1.90 OPERATOR: Grader/Blade $ 18.97 0.00 OPERATOR: Loader ° 16.00 2.82 OPERATOR: Roller $ 14.43 4.78 P'LATER: Brush, Roller and •aY $ 15.00' 3.49 ROOFER - $ 19.38 4.77 TILE SEITER $ 19.01 0.00 TRUCK DRIVER: Pump Truck ° 13.22 2.12 IRUCK DRIVER: Lowboy Truck $ 14.24 C.00 WELDERS - Receive race prescribed for craft performing operation to which welding is incidental. Note: Executive Order ;EO) 13706, Establishing Paid Sick leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the ED, the contractor must provide employees with 1 hour of paid sick leave for every 3C hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is preventive family to the employee) who is in, injured, or has other lth-related needs, including preventive care; or for reasons r=esulting from, or to assist a family member for person who is like family to the employee; who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. (Classifications needed for work rot included within •• e of the classifications listed may be added after +1y as provided in the labor standards contract clauses (zeroed 5.5 (a) (1) (ii) ) . • The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical • order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than. "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. C198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0193. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the 7-et current negotiated rate, which in this example is July 1, `4 Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CEA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted averaoe rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect-until a new survey is conducted. r'-ton Average Rate Identifiers C Iassification(s) listed ander the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE; UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union a . :ate. OH indicates the state. The next number, 0010 in • ;hixa Ile, is an internal number used in producing the wage err .tion. 08 '29/2014 indicates the survey completion date 'classifications and rates under that identifier. T y r-1AVG rate will be updated once a year, usually in January of ' n year, to reflect a weighted average of the current negotiated/CEA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS • 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and :our Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour • Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. .. regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage_ Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 230 Constitution Avenue, N.W. Washington, DC 23210 2. ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action; can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the request,: considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an ^terested party may appeal directly to the Administrative iew Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ,recision:, by the n±ninistrative Review Board are final. END OF GENERAL DECISION 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 TWO (2) BUSINESS 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 NIajC4 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? C r;aa4.1 Cct. ,Iuc-Da 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. SE FrrI& d 5. Have you ever failed to complete any work awarded to you? If so, where and why? NID 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. s:)Ia(1.j c Eva xn4-z. 95RO SU-)r1'7 AUs Hit-3tµ3 n66-325417-1 12c�-'try {1€,. JEG 851/ SIO 31 L - 11,2-#33143 5c6-r}4L-ofij $Query; TYFc C-r?gy .scra CCF1PR1Ny r'e 6202 FLry rL e, La r7CC9-6252". S1.t2E,y FrAGSDf icIDi std an vy cec,!ti 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. set. artched 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) Contacts Email and 6) Narrative on Scope of Services Provided. BID NO:2018-223-ZD CITYOF MIAMI BEACH 57 CONSTRUCTION PROJECTS IN PROGRESS 1. MOUNT SINAI HOSPITAL CLIENT: MOUNT SINAI HOSPITAL/ROBINS& MORTON 4200 ALTON ROAD MIAMI BEACH,FL START DATE 2016 FINISH DATE 2018 SITE CONSTRUCTION (UTILITIES, INJECTION WELLS, CONCRETE WORK&ASPHALT WORK) ORIGINAL CONTRACT VALUE: $5,680,000.00 CURRENT CONTRACT VALUE: $5,365,525.00 CURRENTLY AT 80%COMPLETION CONTACT: PAT DAILEY PH: 407-252-4581 EMAIL: PDAILEY@ROBINSMORTON.COM 2. DOCTORS HOSPITAL CORAL GABLES, FL CLIENT: BAPTIST HEALTH/ROBINS& MORTON CONST 5000 UNIVERSITY DRIVE CORAL GABLES, FLORIDA 33146 DRAINAGE, GRADING, DEMOLITION AND LANDSCAPING ORIGINAL CONTRACT VALUE:$320,609.00 CURRENT CONTRACT VALUE: $410,600.00 CURRENTLY AT 20%COMPLETION CONTACT: RYAN MONAGHAN TEL: 786-864-0686 EMAIL: RMONAGHAN@ROBINSMORTON.COM 3. MIRAMAR PARKWAY HISTORIC REVITALIZATION PROJECT CLIENT: CITY OF MIRAMAR MIRAMAR PKWY MIRAMAR, FL START 2017 FINISH DATE 2018 SITE CONSTRUCTION (ASPHALT, CONCRETE WORK, SITE LIGHTING, DRAINAGE, AND TRAFFIC STRIPING) ORIGINAL CONTRACT VALUE:$1,327,680,00 CURRENTLY AT 40%COMPLETION CONTACT: ALEX SHERSHEVSKY PH: 954-602-3315 EMAIL: ASHERSHEVSKY@MIRAMERFL.GOV Licensed & Insured CGC 1511027 7003 N. WATERWAY DRIVE UNIT#218 MIAMI, FL 3155 PH# 786-845-8999 FAX#305-424-9334 EMAIL ROBERT@HGCONSTRUCTION.US CONSTRUCTION 4. ELEGANCE PERFUME FACILITY CLIENT: BUTTERS CONSTRUCTION & DEVELOPMENT 10400 NW 55 ST. #100 SUNRISE, FL 33351 SITE CONSTRUCTION-UTILITIES, GRADING, PARKING LOT, ASPHALT CONCRETE SCOPES ORIGINAL CONTRACT VALUE$739,177.00 CURRENTLY AT 95%COMPLETION CONTACT:JIM MERCURIO PH: 954-393-4146 EMAIL:JMERCURIOCdBUTTERS.COM 5. FLORIDA ATLANTIC UNIVERSITY NEW CHILLER HOUSING BLDG CLIENT: FAU/TRANE U.S. 815 INDIAN RIVER ROAD BOCA RATON, FL 33431 CONSTRUCITON OF NEW BUILDING AND ASSOCIATED UTILITIES ORIGINAL CONTRACT$580785.00 CURRENTLY AT 15% CONTACT: AARON DITTY PH:505-270-5675 EMAIL:AARON.DITTY@IRCO.COM Licensed &Insured CGC 1511027 7003 N. WATERWAY DRIVE UNIT#218 MIAMI,FL 3155 PI-1# 786-845-8999 FAX#305-424-9334 EMAIL ROBERT@HGCONSTRUCTION.US CONSTRUCTION SIMILAR PROJECTS/REFERENCES 1. DANNY MEEHAN PARK CLIENT:TOWN OF MEDLEY 7900 NW 72 AVE. MEDLEY, FL START DATE 11/1/15 FINISH DATE 10/15/16 NEW PARK CONSTRUCTION (DUMPSTER ENCLOSURES, BASKETBALL COURTS, WALKWAYS, PARKING, UTILITIES, SOCCER FIELD, SITE LIGHTING & LANDSCAPING) HG WORKED CLOSELY WITH THE TOWN ENGINEER AND BUILDING OFFICIAL TO ENSURE A TIMELY AND SUCCESSFUL COMPLETION TO THIS PROJECT VALUE$1,402,056.00 CONTACT: TOWN ENGINEER-JORGE CORZO PH: 305-887-9541 EXT. 143 EMAIL:JCORZO(@TOWNOFMEDLEY.COM 2. VARIOUS DADE COUNTY PARKS OPEN CONTRACT CLIENT: MIAMI DADE PARKS AND RECREATION OVER 20 MIAMI DADE COUNTY LOCAL PARKS START 2011-2017 NEW PARK AND PLAYGROUND CONSTRUCTION (SITE UTILITIES, PLAYGROUNDS,PARK SHELTERS, FENCES,WALKWAYS, GRADING, LANDSCAPE ETC.) THIS "CONTINUING SERVICES"STYLE CONTRACT REQUIRED A DIVERSE SET OF SKILLS AS EVERY PROJECT WAS DIFFERENT. HG ACTED AS THE PRIME GC ON THIS PROJECT THAT REQUIRED CLOSE DAILY COORDINAY=TION WITH MD COUNTY PROJECT MANAGERS& STAFF VALUE: $3 MILLION + CONTACT:CESAR PEREZ-CONTRACT MANAGER PH: 305-755-7853 EMAIL: CEPEREZ(@MIAMIDADE.GOV 3. MIAMI ZOO (PCL CONSTRUCTION) CLIENT: MIAMI DADE COUNTY 15200 SW 152 ST. MIAMI,FL START DATE 2015 FINISH DATE 2016 CONSTRUCTION OF NEW ZOO EXHIBIT(SITE UTILITIES, WALKWAYS, BOAT CANAL CONSTRUCTION, GRADING,ASPHALT, ETC.) Licensed & Insured CGC 1511027 7003 N. WATERWAY DRIVE UNIT#218 MIAMI,FL 3155 PH# 786-845-8999 FAX#305-424-9334 EMAIL ROBERT@HGCONSTRUCTION.US CONSTRUCTION VALUE: $1,590,300.00 CONTACT: DONALD GRADY-PROGRAM MANAGER PH:407-363-0059 EMAIL: DJGRADY@PCL.COM 4. FLORIDA CITY YOUTH CENTER CLIENT: BORAN CRAIG BARBER ENGEL CONST. INC/FLORIDA CITY 650 NW 5"AVE, FLORIDA CITY, FL 33034 START DATE 2012 FINISH DATE 2013 CONSTRUCTION OF NEW YOUTH CENTER FACILITY (SITE UTILITIES, CONCRETE SCOPES, ADA COMPIANCE, PAVING,STRUCTURAL& MANAGEMENT) CONTACT:JORGE FERNANDEZ-PROJECT MANAGER PH: 239-643-3343 EMAIL:JORGE@BCBE.COM 5. MOUNT SINAI HOSPITAL CLIENT: MOUNT SINAI HOSPITAL/ROBINS& MORTON 4200 ALTON ROAD MIAMI BEACH, FL START DATE 2016 FINISHDATE 2018 SITE CONSTRUCTION (STRUCTURAL SCOPES, UTILITIES, INJECTION WELLS,CONCRETE WORK&PAVING,GRAVITY WALL) VALUE: $5,680,000.00 CONTACT: PAT DAILEY-PROGRAM MANAGER PH: 407-252-4581 EMAIL: PDAILEY@ROBINSMORTON.COM 6. BARRY UNIVERSITY CLIENT: BARRY UNIVERSITY 13100 NE 2 AVE. MIAMI SHORES, FL GENERAL CONSTRUCTION (PARKING LOTS, SIDEWALKS, CURBS, PAVERS,ADA RAMPS& COMPLIANCE, MOUJMENT CONSTRUCTION, ETC.) VALUE: $675,000.00 CONTACT:JEFFREY YAO-CONSTRUCTION MANAGER PH: 305-899-3995 EMAIL:JYAO@ BARRY.EDU Licensed & Insured CGC 1511027 7003 N. WATERWAY DRIVE UNIT#218 MIAMI, FL 3155 PHO 786-845-8999 FAX#305-424-9334 EMAIL ROBERT@HGCONSTRUCTION.US CONSTRUCTION 7. CURTIS PARK CLIENT: CITY OF MIAMI 2396 NW NORTH RIVER DRIVE MIAMI, FLORIDA 33129 SITE CONSTRUCTION (PARKING LOTS, BOAT RAMP, SEAWALL, PILES, RETENTION AREA, SITE UTILITIES& LANDSCAPING) VALUE:$ 965,606.00 CONTACT:JOSE OLIVEROS PH:305-416-1049 EMAIL:jIoliveros@miamigov.com 8. MIRACLE LEAGUE FIELD TAMIAMI PARK CLIENT: MIAMI DADE PARKS AND RECREATION 11201 SW 248h STREET MIAMI, FLORIDA 33165 BASEBALL FIELD CONVERSION (MONUMENT WALL, FENCING,ASPHALT, LANDSCAPING, STRUCTURAL DUGOUTS, WATER SERVICE, ADA COMPLIANCE & PARKING) CONTACT:JOEL ARANGO—PROJECT MANAGER TEL:305-755-5453 EMAIL:Joel.Aranga@miamidade,gov 9. FORT LAUDERDALE FIRE STATION #35 CLIENT: BORAN CRAIG BARBER ENGEL CONST/CITY OF FORT LAUDERDALE 1969 EAST COMMERCIAL BLVD. FORT LAUDERDALE, FLORIDA 33301 GENERAL CONSTRUCTION (STRUCTURAL CONCRETE, ADA WALKWAYS, LANDSCAPING, UTILITIES, CBS WALLS ETC.) CONTACT: MITCH BROWN—PROJECT MANAGER TEL: 239-643-3343 EMAIL: MBROWN@BCBE.COM 10. CITY OF MIAMI SPRINGS CLIENT: CITY OF MIAMI SPRINGS RETROFIT SIDEWALKS FOR ADA COMPLIANCE &SITEWORK VALUE:$ 691,168.00 CONTACT:TAMMY ROMERO- ASSISTANT TO CITY MANAGER TEL: 305-805-5035 EMAIL: romerot@miamisprings-fl.gov Licensed & Insured CGC 1511027 7003 N. WATERWAY DRIVE UNIT#218 MIAMI, FL 3155 PI-I# 786-845-8999 FAX#305-424-9334 EMAIL ROBERT@HOCONSTRUCTION.US CONSTRUCTION 11. BAPTIST HOSPITAL WEST KENDALL CLIENT: ROBINS&MORTONS CONSTRUCTION 9555 SW 162 AVE MIAMI, FLORIDA 33196 SCOPES: (SITE WORK&UTILITIES, CONRETE, ASPHALT, RETAINING WALL)) VALUE: $ 1,386,500.00 CONTACT: ROBERT CRESWICK—PROJECT MANAGER TEL: 352-636-5919 EMAIL: RCReswick@robinsmorton.com 12. CRANDON PARK SHELTER U 04 CLIENT: MIAMI DADE PARKS AND RECREATION 6747 CRANDON BOULEVARD KEY BISCAYNE, FL SCOPES: (PARK SHELTERS &SITE WORK) VALUE: $ 300,000.00 CONTACT: CESAR PEREZ—PROJECT MANAGER PH:305-755-7853 EMAIL: CEPEREZ@MIAMIDADE.GOV 13. AMELIA EARHART PARK CLIENT: MIAMI DADE PARKS AND RECEATION 401 EAST 65TH STREET HIALEAH, FL 33013 SCOPE: (RETAINING WALL, PLAYGROUND &CONCRETE FLATWORM) VALUE: $ 350,000.00 CONTACT: CESAR PEREZ—PROJECT MANAGER PH:305-755-7853 EMAIL: CEPEREZ@MIAMIDADE.GOV ADDITIONAL PARK REFERENCES CAN BE PROVIDED UPON REQUEST Licensed & Insured CGC 1511027 7003 N. WATERWAY DRIVE UNIT#218 MIAMI, FL 3155 PH#786-845-8999 FAX#305-424-9334 EMAIL ROBERT@HGCONSTRUCTION.US A-3 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? f 'Yes ONo 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: .146 f ''S7r oCnc4 L;f'c�DPP1 csci" Juti ---hr0 B. The business is a: O Sole Proprietorship O Partnership _ C(Corporation C. The address of principal place of business is: gon3 rCor-rd lG�ar7LlJ pn_i✓C suit ai.SS [1icuu, F! saiG5 D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: 4;I0ato EctJzaiEZ l sro1 r PZoI/„sry ,lie/ Aludei �,cE- Pa lJ�yr BID NO:2018-223.20 CITYOF MIAMI BEACH 58 A-3 E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. DroG • 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. `I/ Nra 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). tteritaT 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. TION'c 1. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. BID NO: 2078423-ZD CITYOF MIAMI BEACH 59 A-3 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. >fD K. Under what conditions does the Bidder request Change Orders? / Zt 15U 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. h(e2Ti 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. rfirLL- N. 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 0<o 0. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page purrent? ❑yes yo If the answer to either number N or 0 is yes, attach a written detailed explanation. BID NO:2018-223-ZD CITYOF MIAMI BEACH 80 A-3 P. 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 f3No Q. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. R. 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 2316-29375. • S. 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 Citys 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. • BID NO:2018323-2D CITYOF MIAMI BEACH MLA MI BEACH I 61 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: CONTINUED ON FOLLOWING PAGE IF CORPORATION: I rC�ErSTI-('Cr1C� TEt ICFtaT4 '‘, �Nrz,=*C ' Signature Print Name of Corporation IC'e��Ti. k_<^-n.r-rJ*c-_ RPC-2, K,rr!!':t-R.irn' 1.r_iec Sct 21 Print Name Address , q-3°19' Title: AI — FUa/�6.rI WITNESS: I6 lGet e:e'er SigAure JJ G. ., LCRc'Z Print Name Title: &&ir-Yr1ccc-f!FN/1j n-' (CORPORATE SEAL) Attest: Secretary BID NO:2018.223-ZD CITYOF MIAMI BEACH "- - 62 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 ,als- day of MI , 20 5: 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. 2018-223-ZD. /7 SIGNTURF P LE/27D /4j2/,/+7&av PRINTED NAME • - PaEsij TITLE (IF CORPORATION) BID NO:2018-223-Z13 CITYOF MIAMI BEACH 63 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 offerors • 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; (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 subparagraphs(1)through(6). BID NO:2016-223-ZD CITYOF MIAMI BEACH MIAMI BEACH A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION j n/ r/J� (Bidder Signature P20�0 Irk-aTz,ur.,,ht—Z, vP • I (Print Vendor Name) STATE OF FIi CIludcc../ 146 CCN572L0-icn) 't=(CPP/? 5 COUNTY OF F'Iv1Nl �� The foregoing instrument was acknowledged before me this s day of 1'1 20 , by 2oloen_ o as (name of person whose signature is being notarized) P2 etJ-r'C (title)of PG arcs ' crftiN�ICRv�%G �'vo�IAraT1T'�'61 • (name of corporatiorilcompany) known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC: Y//G I, OLGAL.CRUZ (SR/ attire) N...•a:. G 107822MY COMMISSION Y 107822'Rt—Y-= EXPIRES'.September 23.2021 "'•+:BOSICHIU Notary PuNc Umennlez (Print Name) My commission expires: 4/2'-../2C2/ BID NO:2010-223-ZD CITYOF MIAMI BEACH - -, 65 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: • 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 contractors 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). BID NO:2018-223-ZD CITYOF MIAMI BEACH fe11,e.P.,•1!BEACt1 Asa; A 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; • Contracts for professional NE, landscape NE, 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 ITS 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; BID NO:2018-223-ZD CITYOF MIAMI BEACH \IAh IBEACH 67 A-6 • 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 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 • BID NO: 2018-228-ZD CITYOF MIAMI BEACH Alt\.H I BEACH 68 A-6 MIAMIBEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: 146 dcNSi pJ.t-Tio �lcPHE�I,TC' -CM �.T�.,'Lv ' Name of Company Contact Person: RGb Errry r /vrn)d Z_ Phone Number: •la, R4 S'7” Fax Number: 'G$ 9ZU ?335L E-mail: fCee-zr oc ASTrurnr2 d5 Vendor Number(if known): Federal ID or Social Security Number ��—Zdy�GSj 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 V 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. C Race /Yes_No [ Sex /Yes_No C Color /Yes_No C Sexual Orientation /Yes_No Creed /Yes_No C Gender Identity(transgender status) /Yes_No U Religion ✓Yes_No C Domestic partner status /Yes_No C National origin /Yes_No C Marital status /Yes_No C Ancestry /Yes_No C Disability Ares_No [ Age Pres_No CAIDS/HIV status ✓Yes_No _ C Height ✓Yes_Na ❑Weight 1Xes_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. /es_No BID NO:2018.223-ZD CITYOF MIAMI BEACH 69 cr - 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 F 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 I '/I 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 Arm Provides Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health V Sick Leave V Family Medical Leave Bereavement Leave ✓ If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.gov/procurement/ BID NO: 2018.223-ZD CITYOF MIAMI BEACH 70 A-6 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 Kc 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 c ( day of HaV ,In the year .^C ,at H inHt �c'�r' Crit /7/ Signature ,Z Mailing Address h-Ojc v ry 'wi=fiwmr)c{15v kII fru FY- 3315$ Name of Signatory City,State,Zip Code VCR-/2414450.4( Title BID NO: 201 B-223-ZD CITYOF MIAMI BEACH 71 A-6 MIAMI BEACH Nle 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 an 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 BID NO:2018.227-ZD CITYOF MIAMI BEACH 72 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 prelude 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. BID NO:2018-223-ZD CITYOF MIAMI BEACH MI AM BEACH 73 • A-6 MIAMIBEACH • 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: • BID NO: 2018-223-ZD CITYOF MIAMI BEACH MIAMI BEACH 71 A-6 B. Administrative Actions and Reaves(for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractors 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 Contractors Current collective bargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governedby 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 Contactor 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; • 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. • BID NO:2019-229-ZD CITYOF MIAMI BEACH \MI BEACH 75 A-6 I declare (or certify) under penally 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 • BID NO:2018-223-ZD CITYOF MIAMI BEACH i\AIAMI BEACH 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 TRer4 6 X L.F rs4U $ 15'`) *51v:0 Tr>.s4i boy Total $ 3,6C0.0O j;GL°rw57ru,cisr! £•�'EIcF}rFi.Tt. ,IeoR,rir�C • Name of Bidder / ethoignare f Bidder BID NO:2018-223-Z0 CITYOF MIAMI BEACH TT A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 01Cost 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.] BID NO:2018-220-2D CITYOF MIAMI BEACH MIANIIBFACCH 78 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. ta k�. Fi .P a- 3t 4'r. i r •erce�.rvn-9.i 1, ' tKs .1.1 ,, ''�' 4 s i "x ' .t %.o- a.Recycled r ' Matenat Used:. ,'-az" � - -Conter Aft BID NO:2018.223-ZD CITYOF MIAMI BEACH - 79 1.1 CONSTRUCTION en M AM BEACH ..._ _0._ FLAMINGO PARK — EXISTING HANDBALL COURTS RENOVATION 1200 Meridian Avenue Miami Beach, FL 33139 ITB No: 2018-223-ZD List of Plans and Specifications Tab F ➢ Appendix B 7003 North Waterway Drive Suite#218 Miami,FL 33155 Tel: 785-845-8999 Fax: 305-424-9334 H APPENDIX B List of Plans and Specifications • BID NO:2018-223-ZD CITYOF MIAMI BEACH MIA fd BEFlCH MIAMIBEACH B LIST OF PLANS &SPECIFICATIONS CONTRACT DOCUMENTS AS DEVELOPED BY WOLFBERG ALVAREZ DATED May 17, 2017 Page Sheet No./o. Spec. Title/Description RB 2018-223-ZD :Flamingo Park-Existing Handball Courts Renovations - DRAWINGS 1 A0.01 Cover Sheet 2 A1.00 Index of Drawings 3 5V1.00 Survey 4 C.1 Demolition and Removal Plan 5 C.2 Layout Plan 6 C.3 Grading&Drainage Plan 7 C.4 Storm Water Pollution Prevention Plan 8 C.5 Storm Water Pollution Prevention Notes&Details 9 DA3.01 Demolition Plans 10 OA3.O1A Demolition Photos • 11 DA3.02 Demo Plans 12 A3.01 First Floor Plan 13 A3.02 First Floor Plan 14 A4.01 Elevations&Sections 15 A8.01 Details 16 51.01 Details&General Notes 17 P3.01 Floor Plan Plumbing 18 P6.01 Legend Schedules& Details 19 E-1.1 Legend&Notes 20 DE2.00 1ST Demo Floor Plan 21 E3.01 Floor Plan Lighting 22 E3.02 Phatometrics 23 E9.1 Riser&Schedules BIO NO:2018-223-ZD CITYOF MIAMI BEACH MIAMI BEACH CONSTRUCTION n/ MAMB5ACH a_ _a_ FLAMINGO PARK— EXISTING HANDBALL COURTS RENOVATION 1200 Meridian Avenue Miami Beach, FL 33139 ITB No: 2018-223-ZD Required Forms for Bid Submittal Tab G Appendix C — Required forms for bid submittal > Attachment C-l: Prevailing Wage and Local Workforce Participation Program Requirements > Attachment C-IA: Responsible Contractor Affidavit form (Part A) > Attachment C-1B: Responsible Contractor Affidavit form (Park B) > Attachment C-2: N/A > Attachment C-3: Statement of Compliance: Prevailing Wage Rate Ordinance > Attachment C-4: N/A 7003 North Waterway Drive Suite#218 Miami,FL 33155 Tel: 786-845-8999 Fax: 305-424-9334 APPENDIX C Required Forms for Bid Submittal JNote: Attachments below only apply if the adjacent box is checked) ® ATTACHMENT C-1: Prevailing Wage and Local Workforce Participation Program Requirements • ATTACHMENT C-1A: Responsible Contractor Affidavit Form (PART A) ® ATTACHMENT C-1B: Responsible Contractor Affidavit Form (PART B) ❑ ATTACHMENT C-2: Bid Guaranty Form; Unconditional Letter Of Credit ® ATTACHMENT C-3: Statement Of Compliance: Prevailing Wage Rate Ordinance ❑ ATTACHMENT C-4: Statement Of Compliance: Davis Bacon Wages • BID NO:2018-223-2D CITYOF MIAMI BEACH 82 C-1 The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize, for clarity, the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts, the requirements of the City Code, with respect to these programs, shall prevail. 6. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. (reference:Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum) the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning,January 30,2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training. The Procurement Department offers ongoing training in LCP Tracker to all contractors.To schedule a training session, contact Man Gonzalez at AlianGonzalez@MiamiBeachFL.gov or at 305-673-7490. BID NO:2018-223-ZD CITYOF MIAMI BEACH BEACH • 83 II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit. As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award,the bidder shall submit a Responsible Contractor Affidavit. The Responsible Contractor Affidavit (RCA) is comprised of two (2) forms—RCA-Part A and RCA-Part B. Both forms are required to be submitted with the bid or within 48 business hours of being notified by the Procurement Contracting Officer for the solicitation. Failure to submit the RCA shall result in the bid being disqualified and deemed non-responsive. a. Part A—Com mitment to Promote Local Workforce Participation.The contractor,and each subcontractor, shall submit RCA-Part A affirming that it will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To download RCA-Part A affidavit, visit mia mibeachfl.gov/procurement/local workforce. b. Part B — Position / Employee Data. The contractor, and each sub-contractor shall submit RCA-Part B with the following sections completed: • Section 1 — Indicate the number of positions required to complete the contract work, and the minimum qualification(s)for each position. • Section 2—For the positions indicated in Section 1, specify the name,address, and position of each current employee of the contractor or subcontractor. • Section 3- For the positions indicated in Section 1,not indicated in Section 2, each contractor or subcontractor shall specify the number of positions, and the minimum qualification(s)for each position,that the contractor or subcontractor shall seek to hire to supplement the current employees listed in Section 2. To download RCA-Part B form,visit miamibeachfl,gov/procurement/local workforce. 3, Workforce Performance Report. Before its final application for payment, the contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent (30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. BID N0:2018-223-ZD CITYOF MIAMI BEACH M,P,h,\ BEACH C-1 III. PROCESS FLOW • The following graphic outlining the major steps of the Prevailing Wage and Local Workforce • Participation programs is provided illustrative purposes only. 6,Contractor submits Workforce Performance 1.Bidder submits a Report prior to bid or proposal. submittal of final payment ir application. IShr 2.With is bid or proposal, s.Prajecct bidder submits Responsible Completed. Contractor Affidavit-Parts A and B. 1\‘ • 4.Prior to submitting every payment application, 3.Project Contractors Awarded. submits Certified Payrolls in LCP Tracker. Balance of Page Intentionally Left Blank BID NO:2018-223-ZD CITVOF MIAAi,AAA!BEACH PiA!BEACH C-1 A LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part A — Commitment to Promote Local Workforce Participation In accordance wit Article III, Section 31-40 of the Miami Beach Code,all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,000,000 for(i)the construction, demolition, alteration and/or repair of dty buildings or city public works projects, or(ii) a contact valued in excess of$1.000,000 which provides for privately-funded construction, demolition, alteration and/or repair of buildings or improvements located on city-owned land, and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami- Dade County residents and seek to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s) shall provide the residence address of each worker. %/ Print Name of Affiant Print Title of Affiant Signatureofiant n i/ eus ucriP�JAzJc/GP<t�t zT�+riv?• D� zl ,p/� a✓ • Name of Firm Date 9l'A3 /'frrr.✓l�rrrFd,� D.Civ 62/77 2/f' lc62;1°i .33 h5 Address of Firm State Zip Code II Notary Public Information Notary Public—State of PI0/LCCr, - County of I\tAN.1 DAck Subscribed and/sworn to(or affirmed)before me this �I' day of, ��♦-'HAS( 20 I�. by Iy,C6ET.7A d{Gn'J z)d He or she is personally known to me Et or has produced identification 0 Type of identificationicaproduced P 7g/ erriNmber Sig lure of Not Public Serial Number Oct, L Not/ 47317021 pas., acALCBuz FF Prig'or Stamp of Notary Public Expiration DateNIIMlssloncx n -,107322 lABEES:September 23 2021 Bannedtvu Notary fuse ummwrtvs BID NO: 2018-223-ZD CITYOF MIAMI BEACH 86 - E � � = enj � i ! \\ { = : „ A Q & � t5 C _ _- r / 8 45 \ E - / ,7 c : � _ * ! ) 01 / \ / � \ ! 21 3 - ~- `• K 43 ( ) \ = u $ \ � � 0 \_ \ \ ° 7 \ � ir � \ § \ \ c al 9 J en ...i I a k — _ aa. _ & . ]® % ! » I-- ( , : \ \ \! ` � )\\ j ! o � @ - r ! }� ! > a U ] ƒ { \ \ u « ! �J } } $ y f a ! : flJfb + PI 0 ; 3{} . ® c § 01—20 s ci \ ) - 2 r• a ; d _ ) K ; \ J -c § \ 0k \: \ § ~ < \ J ) \ � & @7 ) ~ i / \ ! ! * ( # _ § ! a 0 / \ — '5 ° ® ) ± - ` }> } , § E. J { 411 at z ; Sk \ i3\ : ` ` \ � j �) k_ ! } '� - __ � .VO . '\ � ! ) \\ ec } %} PI 0.1 ( \ \ \ \ \ 0 ❑ STATEMENT OF COMPLIANCE: C-3 PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. ZDIS -ZZ3-2.49J Contract No. Project Title c -dd's,o Fnni<-(asisin i 4 a :(1Lal! Ccu2s RE1,2AvA7lont 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. HG Gctisrcce� F,t i-tcFM�It Dated Vii:‘,/ 21 , 20 Ig E�,a N r--_:.-.e tractor By: /f./ r � � (Signature) By: C.Gloe,,.,D #rr 1,11ad?L, 24.0;4/24h/7 STATE OF F,lsx;,J;� (Print Name and Title) SS COUNTY OF #IiAH! ^1z ) The foregoing instrument was acknowledged before me this 21`r day of HA/ , 20! ', by (24435 31.70 4E114)4,-)dfl who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this -..9rday of Pli,�l 20;W. (NOTARY SEAL) g41 I. % (Si ature of pers6h taking acknowledgment) � A'�' � OLGA L.CRUZ e MYCOMMISSION3GC)101822 L Z Cnu ��. ��?/ EXPIRES:Seprembar 23.2021 t' ', ;x roN.�mruuourvwnrcraters (Nameofofficertakingacknowledgment) (typed, printed or stamped) 7/pi I2J PoLokk, STA-EcP FIfIL[c)ec_.; (Title or rank) GG loOk7_--2--- I� (Serial number, if any) My commission expires: q/2_3 yi BID NO: 2018-223-ZD CITYOF MIAMI BEACH 90 - ATTACHMENT D INSURANCE REQUIREMENTS 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 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" Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: BID NO: 2018-223-ZD CITYOF MIAMI BEACH _7.1 BEA'CH 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 and Underground)coverage. BID NO:2018-223-ZD CITYOF MIAMI BEACH , , , BEACH 22 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. BID NO:2018-223-ZD CITYOF MIAMI BEACH --., .BEACH 23 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 (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 BID NO:2018-223-ZD CITYOF MIAMI BEACH 24 L.V.BEACH