Loading...
Res No 065-25-16357RESOLUTION NO.065-25-16357 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,SELECTING AND AWARDING A CONSTRUCTION CONTRACT TO CON-MECH INC FOR THE GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT &MISCELLANEOUS IMPROVEMENTS PROJECT IN THE AMOUNT OF $421,899.00,TOGETHER WITH A $20,000.00 CONTINGENCY,FOR A TOTAL PROJECT COST IN AN AMOUNT NOT TO EXCEED $441,889.00 PURSUANT TO INVITATION TO BID NO.PR2025-07;PROVIDING FOR AUTHORIZATION;PROVIDING FOR IMPLEMENTATION,CORRECTIONS,AND AN EFFECTIVE DATE. WHEREAS,on June 6,2025,the City of South Miami (the “City”)issued Invitation to Bid No.PR2025-07 (“ITB”)for the Gibson-Bethel Community Center Outside Air Unit Replacement &Miscellaneous Improvements Project (the “Project”);and WHEREAS,the City received five (5)sealed bids by the ITB deadline;and WHEREAS,after review and evaluation of the bids,City Staff determined that Con-Mech Inc (the “Contractor”)was the lowest,responsive,and responsible bidder,with a bid for the Project in the amount of $421,899.00;and WHEREAS,the City Commission desires to select and award a construction contract to the Contractor for the Project,and authorize the City Manager to negotiate and enter into a contract in substantially the form attached hereto as Exhibit “A”(the “Contract”)with the Contractor in the amount of $421,899.00,together with a $20,000.00 contingency for the Project,for a total amount not to exceed $441,899.00;and WHEREAS,the Project shall be funded using $441,899.00 from the PW Construction Capital Improvement Fund Account No.301-1790-519-6450,which has a current balance of $8,747,696 and/or such other funding source as determined by the City Manager to be in the best interest of the City;and WHEREAS,the City Commission finds that this Resolution is in the best interest and welfare of the residents of the City. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AS FOLLOWS: Section 1,Recitals.That each of the above-stated recitals are hereby adopted, confirmed,and incorporated herein. Res.No.065-25-16357 Section 2.Selection and Award.That the City Commission hereby selects the Contractor and awards the Contractor the Contract to construct the Project. Section 3.Authorization.That the City Commission hereby authorizes the City Manager to negotiate and execute the Contract,in substantially the form attached hereto as Exhibit “A,”with the Contractor to construct the Project in the amount of $421,899.00,together with a $20,000.00 contingency for the Project,for a total amount not to exceed $441,899.00, subject to the final approval of the City Attorney as to form,content,and legal sufficiency.The Project shall be funded using $441,899.00 from the PW Construction Capital Improvement Fund Account No.301-1790-519-6450,and/or such other funding source as determined by the City Manager to be in the best interest of the City. Section 4.Implementation.The City Manager is hereby authorized to take any and all action necessary to implement the Project,the Contract and the purposes of this Resolution. Section 5.Corrections.Conforming language or technical scrivener-type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 6.Effective Date.This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 5^day of August,2025. ATTEST: CITY CLfedk U\ READ AND APPROVED AS TO FORM, LANGUAGE,LEGALITY AND EXECUTION THEREOF WEISS SEROTA HELFMAN COLE &BIERMAN,P.L. CITY ATTORNEY APPROVED: MAYOR COMMISSION VOTE:4-0 Mayor Javier Fernandez:Yea Vice Mayor Brian Corey:Yea Commissioner Lisa Bonich:Absent Commissioner Steve Calle:Yea Commissioner Danny Rodriguez:Yea Page 2 of 2 Subject: Suggested Action: Meeting Date:August 5, 2025 Submitted By:Nkenga Payne Submitted Department:Parks & Recreation Item Type:Resolution Agenda Section:RESOLUTION(S) A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND AWARDING A CONSTRUCTION CONTRACT TO CON- MECH INC FOR THE GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS PROJECT IN THE AMOUNT OF $421,899.00, TOGETHER WITH A $20,000.00 CONTINGENCY, FOR A TOTAL PROJECT COST IN AN AMOUNT NOT TO EXCEED $441,889.00 PURSUANT TO INVITATION TO BID NO. PR2025-07; PROVIDING FOR AUTHORIZATION; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PARKS & RECREATION DEPT.) Agenda Item No. 5. CITY COMMISSION Agenda Item Report Attachments: Memo-OAUs_Improvements.docx 4BM1532-Resolution.docx Exhibti A - Construction Contract - Con-mech - Gibson-Bethel Community Center HVAC Replacement.DOCX FINAL ITB Community Ctr Outside Air Unit 6.6.25.pdf Con Mech Bidding Document (1).PDF Bid Tabulation Community Ctr Outside Air 7.16.25.pdf Demand Star Community Ctr Outside Air 7.16.25.pdf Proposal Summary Community Ctr. Outside Air.pdf Reference Sheets.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO: The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM: Genaro “Chip” Iglesias, City Manager DATE: August 5, 2025 SUBJECT: New Outside Air Units & Related HVAC Improvements at GBCC ($441,899) RECOMMENDATION: Authorize the City Manager to execute an agreement with Con-Mech Inc for the replacement of rooftop outdoor air units and associated HVAC upgrades at the Gibson-Bethel Community Center, not to exceed $441,899.00, including $20,000 in contingencies. BACKGROUND: Following the completion of the HVAC assessment report and construction documents, City staff proposes engaging Con -Mech, Inc. to replace two rooftop Outdoor Air Units (OAUs) and complete related improvements at the Gibson-Bethel Community Center. The scope includes all necessary electrical, mechanical, and structural coordination for OAU replacement; ductwork modifications to integrate the new OAUs with existing RTUs; reconfiguration of toilet exhaust fans; installation of a new building management system; and implementation of a dehumidification control sequence, as outlined in the construction documents. These upgrades aim to enhance indoor air quality, reduce moisture infiltration, and ensure long-term compliance with ventilation and energy efficiency standards—ultimately improving HVAC system performance and minimizing the risk of future mold development for a healthier, more sustainable indoor environment. Assessment Report Summary: The Gibson-Bethel Community Center has experienced persistent humidity issues leading to mold growth, primarily due to outdated and malfunctioning HVAC systems that fail to regulate indoor humidity and ventilation effectively. 2 South*Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Key Findings:  System Deficiencies: The original HVAC design, which includes rooftop units (RTUs) and outside air units (OAUs), is ineffective. Several components—such as toilet exhaust fans and OAUs— are non-operational.  Humidity Levels: Relative humidity exceeds 90% in some areas, causing condensation and increasing the risk of mold recurrence.  Equipment Condition: Although the RTUs are relatively new, some suffer from unresolved issues like broken dampers and air leakage, reducing overall efficiency.  Building Pressurization: Air leaks at doors and windows are causing over-pressurization, which worsens humidity problems. Recommendations:  Repair or replace critical components, including toilet exhaust fans and RTU dampers.  Balance airflow and improve lobby door seals.  Install temperature and humidity monitoring devices.  Replace inoperative OAUs and integrate them with RTUs for better dehumidification.  Implement demand-controlled ventilation and dehumidification systems to enhance energy efficiency and moisture control. By implementing these recommendations, the facility can effectively reduce humidity, prevent future mold growth, and significantly improve indoor air quality, ensuring a healthier environment for all occupants. PROCUREMENT: On June 6, 2025, the City’s Parks, Recreation and Culture Department, through the Procurement Division, issued Invitation to Bid (ITB) No. PR2025-07 for “Gibson-Bethel Community Center Outside Air Unit Replacement & Miscellaneous Improvements.” Five firms submitted proposals, as outlined below. 3 SouthTMiami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Bidder(s) Bid Base Price Green Air $261,700 Con-Mech Inc. $421,899  Advanced Roofing $436,130 Cool Water $448,000 Comfort Tech $580,000 City staff recommends Con-Mech Inc. as the lowest, responsive, and responsible bidder. The lowest bidder, Green Air Innovation Inc., was not responsive, as it failed to provide evidence of bonding capacity as required in Section 1.7.6 of the bid documents. Further, the firm has only five years of experience, lacks municipal project history, did not include pricing for as-built plans. Finally, Green Air’s bid is approximately 46% ($224,907) below the engineer’s cost estimate, raising concerns about feasibility. In contrast, Con-Mech Inc. has more years in operation and has successfully completed similar projects for municipalities such as Miami- Dade County and the City of Hollywood. Their proposal aligns more closely with both the engineer’s estimate and the bids submitted by other competitors. Staff has also contacted Con-Mech’s references and received positive responses. VENDOR: Con-Mech Inc EXPENSE: Contract Amount: $421,899.00 Contingency Allowance: $20,000.00 for unforeseen construction-related events. FUND ACCOUNT: $441,899.00: PW Construction Capital Improvement - account number 301-1790-519-6450, which has a current balance of $8,747,696 Please note that the proposed project was not funded in the adopted fiscal year 2025 budget. However, due to permit-related delays in the Dante Fascell Park Community Building project, the City reallocated those funds to the PW Construction Capital Improvement account (301 -1790-519- 6450) to support construction-ready projects. 4 South'*’Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM ATTACHMENTS: Resolution Final Invitation to Bid (“ITB”) Document Con-Mech Inc. Bid Document Exhibit A - Contract Bid Tabulation ITB Demand Star ITB Proposal Summary Reference Sheets 5 SouthTMiami THE CITY OF PLEASANT LIVING CONTRACT FOR CONSTRUCTION 1.SCOPE OF WORK yc Page 1 of 36 1.1.Scope of Work,Contractor hereby agrees to furnish all of the labor,materials,equipment, services and incidentals necessary to perform all of the Work for the Project described in the Contract Documents (the “Work”)including,without limitation as described in the Scope of Work attached hereto as Exhibit “A,”the approved plans,drawings and/or specifications prepared by the Project Consultant attached hereto as Exhibit “B”(the “Plans”),the Contractor’s Bid attached hereto as Exhibit “C”(the “Bid”),and any other documents incorporated herein by reference and made a part of this Contract for the following Project: WHEREAS,on June 6,2025,the City issued Invitation to Bid No.PR2025-07 (“ITB”)for the Gibson-Bethel Community Center Outside Air Unit Replacement &Miscellaneous Improvements Project (the “Project”),which Scope of Work for construction of the Project is attached hereto as Exhibit “A”and the approved plans,drawings and/or specifications prepared by Kimlcy-Hom &Associates,Inc.(the “Project Consultant”)are attached hereto as Exhibit “B”(the “Work,”as further described hereinafter);and WHEREAS,Contractor has represented to the City that it possesses the necessary qualifications,experience and abilities to perform the Work or the Project,and has agreed to provide the Work on the terms and conditions set forth in this Contract. WHEREAS,in response to the City’s ITB,the Contractor submitted a bid for the Project (“Bid”),which Bid is incorporated herein by reference and made a part hereof as Exhibit “C”;and GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS PROJECT NOW,THEREFORE,in consideration of the mutual covenants and conditions contained herein,the Contractor and the City agree as follows: 1.2.Pre-Construction Conference.Within fourteen (14)calendar days after this Contract is executed by both parties,and before any Work has commenced,a pre-construction conference will be held between the City,the Contractor,and the Project Consultant.The THIS CONTRACT FOR CONSTRUCTION (this “Contract”)is made this J) day of -y\,2025 (the “Effective Date”)by and between the CITY OF SOUTH MIAMI,FLORIDA,a Florida municipal corporation,(the “City”),and CON-MECH INC,a Florida profit corporation (the “Contractor”). WHEREAS,Contractor submitted the lowest,responsive and responsible bid in the amount of $421,899 in response to the ITB;and WHEREAS,on August 5,2025,the City Commission adopted Resolution N o."202-5- selecting and awarding this Contract to the Contractor for the performance of the Work,as defined hereinafter,for the Project;and Contractor must submit its project schedule and schedule of values,if applicable,prior to this conference. 1.3.Project Schedule.Contractor must submit a proposed Project Schedule as follows: 1.3.1.Schedule must identify the schedule for each location comprising the Project.The proposed Project schedule must be submitted within ten (10)calendar days from the date this Contract is executed by both parties for the review and approval of the Project Consultant or City as applicable.This initial schedule shall establish the baseline schedule for the Project. 1.3.2.All updates of schedules must be tracked against the baseline schedule and must be at a minimum submitted with each pay application.An updated schedule tracked against the baseline must also be submitted upon execution of each Change Order that impacts the Contract Time.Failure to submit such schedules will result in the rejection of any submitted payment application. 1.3.3.All Project Schedules must be prepared in Microsoft Project or approved equal by the City.At the time of submission of schedules,Contractor must submit a hard copy as well as an electronic version.Electronic versions must not be submitted in a .pdf format. 1.3.4.Unless otherwise provided in the Project Schedule,the Contractor shall provide the City with regular schedule updates relating to the progress of the Work in accordance with the Project Schedule by the 10th of each month if a Progress Payment Application is not submitted.In addition to the foregoing,the Contractor shall must provide the City with an update regarding the progress of the Work in accordance with the Project Schedule within five (5)calendar days of written request by the City or Project Consultant. 1.4.Records. 1.4.1.As-Built Drawings.During the Work,Contractor must maintain records of all deviations from the Drawings as approved by the Project Consultant and prepare two copies of As-Built Record Drawings showing correctly and accurately all changes and deviations made during construction to reflect the Work as it was actually constructed.It is the responsibility of the Contractor to check the As-Built Drawings for errors and omissions prior to submittal to the City and to certify in writing that the As-Built Record Drawings are correct and accurate,including the actual location of all infrastructure,internal piping,and electrical/signal conduits in or below the concrete floor (indicating the size,depth,and voltage in each conduit).To record actual construction,Contractor must legibly mark on-site structures and site Work as follows: 1.4.1.1.Depths of various elements of foundation in relation to finish first floor datum. 1.4.1.2.All underground piping and ductwork with elevations and dimensions and locations of valves,pull boxes,etc.Changes in location.Horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements.Actual installed pipe material,class,etc. 1.4.1.3.Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure.Air conditioning ducts with locations of dampers,access doors,fans and other items needing periodic maintenance. /c Page 2 of 36 1.4.1.4.Field changes in dimensions and details. 1.4.1.5.Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1 .6.Details not on original Contract Drawings. 1.4.1.7.Equipment,conduit,electrical panel locations. 1.4.1.8.Project Consultant’s schedule changes according to Contractor’s records and shop drawings. 1.4.1.9.Specifications and Addenda:Legibly mark each section to record: 1.4.1.9.1.Manufacturer,trade name,catalog number and Supplier of each product and item of equipment actually installed. 1.4.1.9.2.Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1.10.Approved Shop Drawings:Provide record copies for each process,equipment, piping,electrical system and instrumentation system. 1.4.1.10.1.As-built documents must be updated monthly as a condition precedent to payment.A final survey signed and sealed by a surveyor must be provided to the City at no additional cost,including digital 1 (CAD and PDF)versions. 1.4.1.10.2.For construction of new building,or building additions,field improvements,and or roadway improvements,as-built drawings must be signed and sealed by a Florida Licensed Registered Land Surveyor. 1.4.2.Record Set.Contractor must maintain in a safe place one record copy and one permit set of the Contract Documents,including,but not limited to,all Drawings,Specifications, amendments,COs,RFIs,and field directives,as well as all written interpretations and clarifications issued by the Project Consultant,in good order and annotated to show all changes made during construction.The record documents must be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions,changes resulting from COs and/or field directives as well as all written interpretations and clarifications,and all concealed and buried installations of piping,conduit and utility services.Contractor must certify the accuracy of the updated record documents.The record documents must be clean,and all changes,corrections and dimensions must be given in a neat and legible manner in red.Upon Final Completion and as a condition precedent to Contractor’s entitlement to final payment,the Record Set must be delivered to the Project Consultant by the Contractor.The Record Set of Drawing must be submitted in both hard copy and as electronic plot files. 1.4.3.Construction Photographs.Prior to commencement of the Work the Contractor must take digital photographs and color audio-video recording to document existing conditions and submit copies in an acceptable format to the City.Contractor must submit with each application for payment photographs that accurately reflect the progress of all aspects of the Work.The number of photographs to be taken will be based on the magnitude of the Work being performed.Contractor must submit one copy of each photograph in print and digitally. The photographs must be printed on 8”X 10”high resolution glossy commercial grade and weight color photographic print paper or in a format acceptable to the City.Each photograph yc Page 3 of 36 must be imprinted on its face with the title of the Project,the date,and time the picture was taken.Digital photographs must be taken using .jpeg format and will be submitted through a file-sharing site (such as Dropbox)or on a CD-ROM or flash drive clearly identifying the name of the Project,the name of the Contractor,and the timeframe in which the pictures were taken.Initial set up prints will be submitted in a three-ring binder with each picture protected by a clear plastic sleeve.Subsequent prints are to be submitted in clear plastic sleeves that can be added to the binder.The three-ring binder must be of such size to be able to hold all print pictures. 1.5.Staging Site. 1.5.1.The Contractor is solely responsible for making all arrangements for any staging site(s) that may be necessary for the performance of the Work and the Contractor is responsible for all site security,including any fencing of the site,and any loss,damage or theft to its equipment and materials.Any fencing of the Staging Site is subject to the prior written approval of the City. 1.5.2.The City at its sole discretion may make a staging site available for use by the Contractor.If such site is made available by the City,the City assumes no responsibility or liability for the equipment or materials stored on the site,and the Contractor will be solely responsible for any loss,damage or theft to its equipment and materials.The Contractor must restore the site to its pre-existing condition prior to the Contractor’s use of the site. 1.5.3.The Contractor may be required to provide or may choose to use an office trailer for the duration of the Project.The Contractor must have the prior written approval of the City as to the use of any office trailer and the placement location for the office trailer.The Contractor must obtain all required permits from the appropriate regulatory agencies. 1.5.4.No parking is permitted at a City provided staging site without the prior written approval of the City. 1.6.Purchase and Delivery.Storage and Installation.All materials must be F.O.B.delivered and included in the cost of the Work.The Contractor is solely responsible for the purchase,delivery, off-loading and installation of all equipment and materials).Contractor must make all arrangement for delivery.Contractor is liable for replacing any damaged equipment or material(s)and filing any and all claims with suppliers.All transportation must comply with all federal,state (including FDOT),Miami-Dade County,and local laws,rules and regulations.No materials will be stored on¬ site without the prior written approval of the City. 1.7.Approval of Subcontractors.For any scope of work that the Contractor will utilize a subcontractor,the Contractor may only retain or utilize the services of the particular subcontractor with the prior written approval of the City Manager,which approval may be granted or withheld in the City Manager’s sole and absolute discretion.The Contractor shall provide at least fourteen (14) days notice to the City Manager and the Project Consultant of its intent to retain or utilize a subcontractor. 1.8.Project Signage.Contractor must furnish and install two (2)Project signs at the Project Site in accordance with the requirements provided by the Project Consultant or the City as applicable. 2.CONTRACT TIME 2.1.Contractor shall be instructed to commence the Work by written instructions in the form of a ycPage4of36 Notice to Proceed providing a commencement date and issued by the City Manager or designee. The Notice to Proceed will not be issued until Contractor's submission to City of all required documents and after execution of this Contract. 2.2.Time is of the essence throughout this Contract.The Contractor shall prosecute the Work with faithfulness and diligence and the Work shall be substantially completed within 90 calendar days from the date specified in the Notice to Proceed (“Contract Time”).Substantial Completion shall be defined for this purpose as the date on which City receives beneficial use of the Project.The Work shall be fully completed in accordance with the Contract Documents within 120 calendar days from the date specified in the Notice to Proceed (“Final Completion Time”).The Final Completion date is defined as the date determined by the City when all Work, including punch list items,has been completed in accordance with the Contract Documents and Contractor has delivered to City all documentation required herein. 23.Upon failure of Contractor to substantially complete the Work as defined in this Agreement within the Contract Time,Contractor shall pay to City the sum of $1,699 for each calendar day after the expiration of the Contract Time that the Contractor fails to achieve Substantial Completion up until the date that the Contractor achieves Substantial Completion.Upon failure of Contractor to fully complete the Work and achieve Final Completion within the Final Completion Time, Contractor shall pay to City the sum of $1,699 for each calendar day after expiration of the Final Completion Time that the Contractor fails to achieve Final Completion up until the date that the Contractor achieves Final Completion.These amounts are not penalties but are liquidated damages payable by Contractor to City for the failure to provide full beneficial occupancy and use of the Project as required.Liquidated damages are hereby fixed and agreed upon between the parties who hereby acknowledge the difficulty of determining the amount of damages that will be sustained by City as a consequence of Contractor’s delay and failure of Contractor to complete the Work on time. The above-stated liquidated damages shall apply separately to each phase of the Project for which a time for completion is given. 2.4.City is authorized to deduct the liquidated damages from monies due to Contractor for the Work under this Contract.In case the liquidated damage amount due to City by Contractor exceeds monies due Contractor from City,Contractor shall be liable and shall immediately upon demand by City pay to City the amount of said excess. 3.CONTRACT PRICE AND PAYMENT PROCEDURES 3.1.Guaranteed Maximum Price.The City shall pay the Contractor an amount not to exceed $421,899.00 for the performance of the Work in accordance with the line items and unit prices included in Exhibit “C”(the “Contract Price”).The Contract Price shall be full compensation for all services,labor,materials,equipment,and costs,including overhead and profit,associated with completion of all the Work in full conformity with the Contract Documents and adjusted only by written change orders signed by both parties and approved as required by local law.The Contract Price shall include all applicable sales taxes as required by law. 3.2.Schedule of Values.The Contractor must submit two copies of schedule of values within ten (10)calendar days from the date this Contract is executed by both parties.The schedule of values shall indicate a complete breakdown of labor and material of all categories of Work on the Project.Contractor’s overhead and profit must be listed as separate line items.Each line item Page 5 of 36 yc must be identified with the number and title of the major specification section or major components of the items.The Project Consultant or City as applicable may require further breakdown after review of the Contractor’s submittal.The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the schedule of values.The combined total value for mobilization under the Schedule of Values shall not exceed 5%of the value of the Contract.The accepted Schedule of Values must be incorporated into the Contractor’s payment application form.The Contractor guarantees that each individual line item contained in die schedule of values submitted as part of a competitive solicitation shall not be increased without written approval by the City Manager. 3.3.Payment Application Procedures,City shall make progress payments,deducting the amount from the Contract Price above on the basis of Contractor’s Applications for Payment on or before twenty (20)days after receipt of the Pay Application.Rejection of a Pay Application by the City shall be within twenty (20)days after receipt of the Pay Application.Any rejection shall specify the applicable deficiency and necessary corrective action.Any undisputed portion shall be paid as specified above.All such payments will be made in accordance with the Schedule of Values established in the Contract Documents or,in the event there is no Schedule of Values, as otherwise provided in the Contract Documents.In the event the Contract Documents do not provide a Schedule of Values or other payment schedule,Applications for Payment shall be submitted monthly by Contractor on or before the 10th of each month for the prior month to the Project Consultant.Progress payments shall be made in an amount equal to the percentage of Work completed as determined by the City or City’s Project Consultant,but,in each case,less the aggregate of payments previously made and less such amounts as City shall determine or City may withhold taking into account the aggregate of payments made and the percentage of Project completion in accordance with the Contract Documents and Schedule of Values,if any. The Contractor agrees that five percent (5%)of the amount due for each progress payment or Pay Application (the “Retainage”)shall be retained by City until final completion and acceptance of the Work by City.In the event there is a dispute between Contractor and City concerning a Pay Application,dispute resolution procedures shall be conducted by City commencing within 45 days of receipt of the disputed Payment Application.The City shall reach a conclusion within 15 days thereafter and promptly notify Contractor of the outcome,including payment,if applicable. 3.4.Progress Payment Applications.Each progress payment application submitted to the City must include: 3.4.1.A sworn and certified progress payment affidavit indicating that all laborers,material suppliers,and subcontractors dealing with the Contractor were paid in full as it relates to all Work performed up to the time of the request for payment; 3.4.2.Partial conditional releases or waivers of lien by the Contractor,material suppliers, subcontractors,and any lienors serving a Notice to the City and evidence of proof of payment of any indebtedness incurred with respect to the Work of the Contractor as may be required by the City; 3.4.3.Evidence that all Work was fully performed as required by the Contract Documents up to the time of the request for payment and that the Work was inspected and accepted by the City and any other governmental authorities required to inspect the Work;and VCPage6of36 3.4.4.An updated Project schedule,including a two-week look-ahead schedule,as approved in writing by the City Manager. 3.4.5.All Buy-Out Savings,including supporting documentation relating to the calculation of the Buy-Out Savings. 3.5.Final Payment,Upon Final Completion of the Work by Contractor in accordance with the Contract Documents and acceptance by the City,and upon receipt of consent by any surety,City shall pay the remainder of the Contract Price (including Retainage)as recommended by the City’s Project Consultant and Building Official.Final payment is contingent upon receipt by City from Contractor of: 3.5.1.An affidavit that payrolls,bills for materials,equipment,and other indebtedness were paid in full as it relates to all Work performed under this Contract; 3.5.2.A certificate evidencing that insurance required by the Contract Documents shall remain in effect after final payment is made; 3.5.3.A written statement that the Contractor knows of no reason that the insurance will not be renewable to cover the period required by the Contract Documents; 3.5.4.Documentation of any special warranties,including,but not limited to,any manufactures’warranties or specific subcontractor warranties; 3.5.5.Evidence that all Punch List items have been fully completed to the satisfaction of the City; 3.5.6.All previously undelivered manufacturer and subcontractor guarantees,warranties,and manuals and documents required by the Contract Documents; 3.5.7.Final releases of lien,waivers of claim,satisfactions of liens or claims,and such other affidavits as may be reasonably required by the City to assure a lien-free and claim-free completion of the Work; 3.5.8.Evidence that the Contractor has fully cleaned and restored the site,including removal of all rubbish and debris; 3.5.9.At least one complete set of as-built plans,reflecting an accurate depiction of Contractor’s Work; 3.5.10..Such other documents necessary to show that the Contractor has complied with all other requirements of the Contract Documents;and 3.5.11.Cost Savings,including supporting documentation used to calculate the Cost Savings. 3.6.Payment Withholding.The City may withhold any payment,including a final payment,for application to such extent as may be necessary,as determined by the City’s Project Consultant,to protect the City from loss for which the Contractor is responsible in the event that: yc Page 7 of 36 3.6.1.The Contractor performs defective Work and such Work has not been corrected, provided that the amount withheld shall be limited to the amount sufficient to cover such defective Work; 3.6.2.A third-party files a claim or lien in connection with the Work or this Contract; 3.6.3.The Contractor fails to make payments properly to subcontractors or suppliers for labor, materials,or equipment which has been paid by the City,provided that the amount withheld shall be limited to the amount sufficient to cover such payments to subcontractors or suppliers for labor,materials,or equipment; 3.6.4.The City has reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; 3.6.5.The Contractor,its employees,subcontractors,or agents have damaged the City; 3.6.6.The City has reasonable evidence that the Work will not be completed within the Contract Time and that the unpaid balance would not be adequate to cover liquidated damages for the anticipated delay; 3.6.7.The Contractor has failed to progress the Work satisfactorily and/or according to the Contract Schedule; 3.6.8.The Contractor has failed to carry out the Work in accordance with the Contract Documents; 3.6.9.The Contractor has failed to provide requisite releases of lien for each payment application in accordance with the Contract Documents;and/or 3.6.10.Any other failure to perform a material obligation contained in the Contract Documents. 3.7.No Waiver of City Rights.The payment of any Application for Payment by the City, including the final request for payment,does not constitute approval or acceptance by the City of any item of the Work reflected in such Application for Payment,nor shall it be construed as a waiver of any of the City ’s rights hereunder or at law or in equity. 3.8.Payment to Sub-Contractors;Certification of Payment to Subcontractors,The term “subcontractor,”as used herein,includes persons or firms furnishing labor,materials or equipment incorporated into or to be incorporated into the Work or Project.The Contractor is required to pay all subcontractors for satisfactory performance of their contracts as a condition precedent to payment to Contractor by the City.The Contractor shall also return all retainage withheld to the subcontractors within 30 days after the subcontractor’s work is satisfactorily complete and accepted by the City. 3.9.Cost Savings and Value Engineering. 3.9.1.Cost Savings.In the event the Contractor rebids or renegotiates with any subcontractor to reduce subcontractor costs for the performance of the Work,then the difference between /cPage8of36 (i)the sum of the subcontractor costs used to establish the Contract Price,as set forth in the Schedule of Values,and (ii)the sum of the revised subcontractor costs,including any early payment or similar discounts (the “Cost Savings”),shall revert to the City.The Contract Price shall be adjusted in accordance with any Cost Savings through a Change and the Schedule of Values shall also be revised to reflect the new Contract Price. 3.9.2.Value Engineering.Contractor shall participate in Value Engineering the Contract Documents with the City and the Architect with the goal of finding acceptable means for reducing the cost of the Work.Upon acceptance by the City of recommendation for Value Engineering,the Contract Documents shall be modified to reflect such changes.All savings in connection with Value Engineering of the Work shall revert to City. 4.CONTRACT DOCUMENTS 4.1.The Contract Documents,which comprise the entire agreement between the City and the Contractor concerning the Work,consist of this Contract for Construction (including any change orders and amendments thereto),the Scope of Work attached hereto as Exhibit “A,”the Plans and Specifications attached hereto as Exhibit “B”(the “Plans and Technical Specifications”),the ITB and any Bidding Documents or procurement documents for the Project,the Contractor’s Bid for the Project (including the Schedule of Bid Items-Pricing)attached hereto as Exhibit “C”the Bonds (defined herein),Insurance Certificates,the Notice of Award,and the Notice to Proceed,all of which are deemed incorporated into and made a part of this Contract by this reference and govern this Project. 4.2.This Contract incorporates and includes all prior negotiations,correspondence,conversations, agreements,or understandings applicable to the matters contained herein and the parties agree that there are no commitments,agreements,or understandings concerning the subject matter of these Contract Documents that are not contained herein.Accordingly,it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements,whether oral or written. 4.3.The Contract Documents shall remain the property of the City.The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project;however in no circumstances shall the Contractor use,or permit to be used,any or all of such Contract Documents on other projects without the City's prior written authorization. 4.4.Conflicts;Order of Priority.This document without exhibits is referred to as the “Base Agreement.”In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto,or any documents incorporated herein by reference,the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Work shall apply: 4.4.1.First Priority:Change Orders with later date taking precedence; 4.4.2.Second Priority:This Base Agreement; 4.4.3.Third Priority:Exhibit “B,”the Plans;and 4.4.4.Fourth Priority:Exhibit “A,”the Scope of Work; 4.4.5.Fifth Priority:Exhibit “C,”the Bid;and /c Page 9 of 36 4.4.6.Sixth Priority:Contract Documents,excluding this Base Agreement and Exhibits listed in this Section. 5.INDEMNIFICATION 5.1.To the fullest extent permitted by law,Contractor shall defend,indemnify,and hold harmless the City,its officers,agents,consultants,and employees,from and against any and all demands,claims,losses,expenses,suits,liabilities,causes of action,judgment or damages,including but not limited to legal fees and costs and through appeal,arising out of, related to,resulting from,or in any way connected with Contractor’s negligence, recklessness,or intentional misconduct in the Contractor’s performance or non-performance of this Contract,Contractor’s obligations,or the Work related to the Contract,including but not limited to by reason of any damage to property,or bodily injury or death incurred or sustained by any person,or to injury to or destruction of tangible property or any other property (other than the Work itself)including the loss of use resulting therefrom,caused in whole or in part by any willful,wanton,or negligent,or grossly negligent acts or omissions of Contractor,any subcontractor,any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable,regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by applicable law and regardless of the negligence of any such party..Additionally,the Contractor shall defend,indemnify,and hold the City harmless from all losses,injuries or damages and wages or overtime compensation due its employees in rendering services pursuant to this Contract,including payment of reasonable attorneys’fees and costs in the defense of any claim made under the Fair Labor Standards Act,Title VII of the Civil Rights Act of 1964,the Age Discrimination in Employment Act, the Americans with Disabilities Act or any other employment related litigation or worker’s compensation claims under federal,state,or local law. 5.2.Nothing herein is intended to serve as a waiver of sovereign immunity by the City nor shall anything included herein be construed as consent to be sued by third parties in any matter arising out of this Agreement or any other contract.The City is subject to section 768.28,Florida Statutes,as may be amended from time to time. 5.3.The provisions of this section shall survive termination of this Contract. 6.INSURANCE AND BONDS 6.1.Insurance. 6.1.1.Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts not less than those specified below as satisfactory to the City,naming the City as an Additional Insured,underwritten by a firm rated A-X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the City,reflecting the City as an Additional Insured,no later than ten (10)days after award of this Contract and prior to the execution of this Contract by City and prior to commencing any Work.Each certificate shall include no less than (30)thirty-day advance written notice to City prior to cancellation,termination, or material alteration of said policies or insurance.The insurance coverage shall be primary insurance with respect to the City,its officials,employees,agents and volunteers naming Page 10 of 36 vc the City as additional insured.Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance.The insurance coverages shall include at a minimum the amounts set forth in this Section 6.1. 6.1.1.1.Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injuiy and Property Damage.This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor.The General Aggregate Liability limit (except for Products/Completed Operations)shall be in the amount of $2,000,000. 6.1.1.2.Workers Compensation and Employer’s Liability insurance,to apply for all employees for statutory limits as required by applicable State and Federal laws.The policy(ies)must include Employer’s Liability with minimum limits of $1,000,000.00 each accident.No employee,subcontractor or agent of the Contractor shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance.In order for this requirement to be waived,Contractor must provide proof of exemption from such laws.Information regarding eligibility for an exemption from the State of Florida Workers’Compensation Law is available at: httDs://www.mvfloridacfo.com/Division/wc/PublicationsFormsManualsReports/Broc hures/Kev-Coverage-and-Eligibility.pdf. Exemptions may be applied for online through the Florida Department of Financial Services,Division of Workers’Compensation at: https://www.mvfloridacfo.com/Division/wc/Emnloyer/Exemptions/default.htm. 6.1.13.Business Automobile Liability with minimum limits of $1,000,000 per Occurrence,combined single limit for Bodily Injury and Property Damage.Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy,without restrictive endorsements,as filed by the Insurance Services Office,and must include Owned,Hired,and Non-Owned Vehicles. 6.1.1.4.Builder’s Risk property insurance upon the entire Work to the full replacement cost value thereof.This insurance shall include the interest of City and Contractor and shall provide All-Risk coverage against loss by physical damage including,but not limited to,Fire,Extended Coverage,Theft,Vandalism and Malicious Mischief.If Builder’s Risk insurance is not required for this Project,the City shall select this box: 6.1.1.5.Contractor acknowledges that it shall bear the full risk of loss for any portion of the Work damaged,destroyed,lost or stolen until Final Completion has been achieved for the Project,and all such Work shall be fully restored by the Contractor,at its sole cost and expense,in accordance with the Contract Documents. yc Page 11 of 36 6.1.2.Certificate of Insurance.On or before the Effective Date of this Contract,the Contractor shall provide the City with Certificates of Insurance for all required policies. The Contractor shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Contract,including any extensions or renewals that may be granted by the City.The Certificates of Insurance shall not only name the types of policy(ies)provided,but also shall refer specifically to this Contract and shall state that such insurance is as required by this Contract.The City reserves the right to inspect and return a certified copy of such policies,upon written request by the City.If a policy is due to expire prior to the completion of the Work,renewal Certificates of Insurance shall be furnished thirty (30)calendar days prior to the date of their policy expiration.Each policy certificate shall be endorsed with a provision that not less than thirty (30)calendar days’written notice shall be provided to the City before any policy or coverage is cancelled or restricted.Acceptance of the Certificate(s)is subject to approval of the City. 6.1.2.1.Additional Insured.The City is to be specifically included as an Additional Insured for the liability of the City resulting from Work performed by or on behalf of the Contractor in performance of this Contract.The Contractor’s insurance, including that applicable to the City as an Additional Insured,shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to the Contractor’s insurance.The Contractor’s insurance shall contain a severability of interest provision providing that,except with respect to the total limits of liability,the insurance shall apply to each Insured or Additional Insured (for applicable policies)in the same manner as if separate policies had been issued to each. 6.1.2.2.Deductibles.All deductibles or self-insured retentions must be declared to and be reasonably approved by the City.The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 6.13.The provisions of this section shall survive termination of this Contract. 6.2.Bonds.Prior to performing any portion of the Work the Contractor shall deliver to City the Bonds required to be provided by Contractor hereunder (the bonds referenced in this Section are collectively referred to herein as the “Bonds”).Pursuant to and in accordance with Section 255.05,Florida Statutes,the Contractor shall obtain and thereafter at all times during the performance of the Work maintain a separate performance bond and labor and material payment bond for the Work,each in an amount equal to one hundred percent (100%)of the Contract Price and each in the form provided in the Contract Documents or in other form satisfactory to and approved in writing by City and executed by a surety of recognized standing with a rating of B plus or better for bonds up to Two Million Dollars.The surety providing such Bonds must be licensed,authorized and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept,of Treasury,Circular 570).The cost of the premiums for such Bonds is included in the Contract Price.If notice of any change affecting the Scope of the Work,the Contract Price,Contract Time or any of the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety,the giving of any such notice shall be Contractor’s sole responsibility,and the amount of each applicable bond shall be adjusted accordingly.If the surety is declared bankrupt or becomes insolvent or its right to do business in ycPage12of36 Florida is terminated or it ceases to meet applicable law or regulations,the Contractor shall, within five (5)days of any such event,substitute another bond (or Bonds as applicable)and surety,all of which must be satisfactory to City.As authorized by Section 255.05(l)(a),Florida Statutes,if this Project is exempt from posting of a payment and performance bond,the City shall select this box: 7.CONTRACTOR’S REPRESENTATIONS AND WARRANTIES 7.1.In order to induce the City to enter into this Contract,the Contractor makes the following representations and warranties: 7.1.1.Contractor represents the following: 7.1 .1.1.Contractor has examined and carefully studied the Contract Documents and the other data identified in the bidding documents,including,without limitation,the “technical data”and plans and specifications and the Plans. 7.1.1.2.Contractor has visited the Project site and become familiar with and is satisfied as to the general and local conditions and site conditions that may affect cost,progress, performance or furnishing of the Work. 7.1.1.3.Contractor is familiar with and is satisfied as to all federal,state and local laws, regulations and permits that may affect cost,progress,performance and furnishing of the Work.Contractor agrees that it will at all times comply with all requirements of the foregoing laws,regulations and permits. 7.1.1.4.Contractor has made,or caused to be made,examinations,investigations,tests and/or studies as necessary to determine surface and subsurface conditions at or on the site.Contractor acknowledges that the City does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground or ground facilities at,contiguous or near the site or for existing improvements at or near the site.Contractor has obtained and carefully studied (or assumes responsibility for having done so)all such additional supplementary examinations,investigations,explorations,tests,studies and data concerning conditions (surface,subsurface and underground facilities and improvements)at,contiguous or near to the site or otherwise which may affect cost, progress,performance or furnishing of the Work or which relate to any aspect of the means,methods,techniques,sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto.Contractor does not consider that any additional examinations,investigations,explorations,tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price,within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 7.1.1.5.Contractor is aware of the general nature of Work to be performed by the City and others at the site that relates to the Work as indicated in the Contract Documents. 7.1.1.6.Contractor has correlated the information known to Contractor,information and observations obtained from visits to the site,reports and drawings identified in the Contract Documents and all additional examinations,investigations,explorations, tests,studies and data with the Contract Documents. /cPage13of36 7.1.1.7.Contractor has given City written notice of all conflicts,errors,ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by City is acceptable to Contactor,and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7.1.1.8.The Contractor agrees and represents that it possesses the requisite qualifications and skills to perform the Work and that the Work shall be executed in a good and workmanlike manner,free from defects,and that all materials shall be new and approved by or acceptable to City,except as otherwise expressly provided for in the Contract Documents.The Contractor shall cause all materials and other parts of the Work to be readily available as and when required or needed for or in connection with the construction,furnishing and equipping of the Project. 7.2.No recovery for changed market conditions. 7.2.1.In entering into the Contract,Contractor represents and warrants that it has accounted for any and all inflation-related events,recession,labor or material shortages,supply chain disruptions,delivery lead time,or price increases that may be caused by local and or national conditions,whether known or unknown at the time of entering into the Contract (the “Market Conditions”).Contractor further specifically represents and warrants that it has considered all impacts and potential impacts,including any current and future supply chain disruptions and labor shortages,associated with the following events:(1)worldwide pandemics including,but not limited to,COVID-19 and Monkey Pox (the “Pandemics”) and (2)the current military conflict involving Russia and the Ukraine (the “Ukraine Military Conflict”).Contractor also represents and warrants that in determining time requirements for procurement,installation,and construction completion,Contractor has taken into account the impacts of Market Conditions,the Pandemics,and the Ukraine Military Conflict,and has included all of those factors in the Construction Schedule and Contract Sum. 7.2.2.Contractor shall not seek any price increases or time extensions relating to or arising from the impacts of any Market Conditions,the Pandemics or Ukraine Military Conflict. 7.2.3.The City shall not make any adjustment in the Contract Sum or grant an extension to the Contract Time in connection with any failure by the Contractor to comply with the requirements of this Section. 7.3.Contractor warrants the following: 7.3.1.Anti-Discrimination.Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this Contract because of race,color,religion,sex,national origin,or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment,and agrees to abide by all federal and state laws regarding non-discrimination. 7.3.2.Anti-Kickback.Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, Page 14 of 36 /0 percentage,brokerage or contingent fee,and that no employee or officer of the City has any interest,financially or otherwise,in the Project.For breach or violation of this warranty,the City shall have the right to annul this Contract without liability or,in its discretion,to deduct from the Contract Price or consideration,the full amount of such commission,percentage,brokerage or contingent fee. 7.3.3.Licensing.Contractor represents that it is a properly qualified and licensed contractor in good standing within the jurisdiction within which the Project is located. Contractor warrants that it shall have,prior to commencement of Work under this Contract and at all times during said Work,all required licenses from the federal,state,Miami-Dade County,City,or other governmental or regulatory entity.Contractor acknowledges that it is the obligation of Contractor to obtain all licenses required for this Project,including City building permits.Prior to commencement of the Work,the Contractor shall provide the City with copies of all required licenses. 7.3.4.Permits.Contractor warrants that it shall have,prior to commencement of Work under this Contract and at all times during said Work,all required permits from the federal, state,Miami-Dade County,City,or other governmental or regulatory entity with jurisdiction over the site that are necessary to perform the Work.Contractor acknowledges that it is the obligation of Contractor to obtain all permits required for this Project,including City building permits.Prior to commencement of the Work,the Contractor shall provide the City with copies of all required permits.City building permit fees may be waived for this Project.If permits are required by any other governing body or agency,the Contractor shall be obligated to pay the fees. 7.4.Defective Work:Warranty and Guarantee. 7.4.1.City shall have the authority to reject or disapprove Work which the City finds to be defective.If required by the City,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. 7.4.2.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 the City or its designee,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.In the event of failure of Contractor to make all necessary repairs promptly and fully,City may declare Contractor in default. 7.4.3.The Contractor shall unconditionally warrant and guarantee all labor,materials and equipment furnished and Work performed for a period of three (3)years from the date of Substantial Completion.If,within three (3)years after the date of substantial completion,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.Should the manufacturer of any materials and equipment furnished provide for a longer warranty,then ycPage15of36 the Contractor shall transfer such warranty to the City prior to Final Completion.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 any claim regarding latent defects.Contractor shall provide and assign to City all material and equipment warranties upon completion of the Work hereunder. 7.4.4.Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered. 8.DEFAULT,TERMINATION.AND SUSPENSION:REMEDIES 8.1.Termination for Cause.If Contractor fails to timely begin the Work,or fails to perform the Work with sufficient workers and equipment or with sufficient materials to ensure the prompt completion of the Work within the Contract Time or Final Completion Time as specified in Section 2,or shall perform the Work unsuitably,or cause it to be rejected as defective and unsuitable,or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if the Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt,or commit any act of bankruptcy or insolvency,or shall make an assignment for the benefit of creditors,or from any other cause whatsoever shall not carry on the Work in an acceptable manner,City may,upon seven (7)days after sending Contractor a written Notice of Termination,terminate the services of Contractor,exclude Contractor from the Project site,provide for alternate prosecution of the Work,appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable,and may finish the Work by whatever methods it may deem expedient.In such case Contractor shall not be entitled to receive any further payment until the Project is completed.All damages,costs and charges incurred by City, together with the costs of completing the Project,shall be deducted from any monies due or which may become due to Contractor.In case the damages and expenses so incurred by City shall exceed monies due Contractor from City,Contractor shall be liable and shall pay to City the amount of said excess promptly upon demand therefore by City.In the event it is adjudicated that City was not entitled to terminate the Contract as described hereunder for default,the Contract shall automatically be deemed terminated by City for convenience as described below. 8.2.Termination for Convenience.This Contract may be terminated by the City for convenience upon seven (7)calendar days’written notice to the Contractor.In the event of such a termination,the Contractor shall incur no further obligations in connection with the Project and shall,to the extent possible,terminate any outstanding subcontractor obligations.The Contractor shall be compensated for all services performed to the satisfaction of the City.In such event,the Contractor shall promptly submit to the City its Application for Payment for final payment which shall comply with the provisions of the Contract Documents. 8.3.Suspension of Contract.This Contract may be suspended for convenience by the City upon seven (7)calendar days’written notice to the Contractor or immediately if suspended in connection with a local or state declaration of emergency.Suspension of the Work will entitle the Contractor to additional Contract Time as a non-compensable,excusable delay. 8.4.Termination Due to Lack of Funding.This Contract is subject to the conditions precedent that:(i)City funds are available,appropriated,and budgeted for the Work,the Project,and/or Contract Price;(ii)the City secures and obtains any necessary proceeds,grants,and/or loans for the accomplishment of the Work and/or the Project pursuant to any borrowing legislation adopted by /cPage16of36 the City Council relative to the Project;and (iii)City Council enacts legislation which awards and authorizes the execution of this Contract if such is required. 8.5.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.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 or whether or not caused by City.Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. 8.6.Waiver of Consequential Damages.Contractor assumes all risks for the following items,none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Contractor’s Contract Price as provided in the Contract Documents:Loss of any anticipated profits,loss of bonding capacity or capability losses, loss of business opportunities,loss of productivity on this or any other project,loss of interest income on funds not paid,inefficiencies,costs to prepare a bid,cost to prepare a quote for a change in the Work,costs to prepare,negotiate or prosecute Claims,and loss of projects not bid upon,or any other indirect and consequential costs not listed herein.No compensation shall be made for loss of anticipated profits from any deleted Work. 8.7.Litigation of Claims.Mediation shall not be required before either party may proceed to litigation. 8.8.Rights and Remedies.The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder and in accordance with this Contract shall be in addition to and not a limitation of any duties,obligations,rights and remedies otherwise imposed or available by law. 9.CHANGES IN THE WORK 9.1.Change Orders. 9.1.1.Without invalidating the Contract Documents,and without notice to any Surety,the City reserves the right to make increases,decreases or other changes in the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete the Work in a manner satisfactory to the City.The City reserves the right to order changes,which may result in additions to or reductions from the amount,type or value of the Work shown in the Contract,and which are within the general scope of the Contract Documents,and all such changes will be authorized only by a change order (“CO”) approved in advance,and issued in accordance with provisions of the Contract Documents. 9.1.2.For Contractor initiated change orders,the Contractor is required to provide the Project Consultant with a detailed Request for Change Order (“RCO”)in a form approved by the City,which must include the requested revisions to the Contract,including,but not limited to, adjustments in the Contract Price and/or Contract Time.The Contractor must provide sufficient supporting documentation to demonstrate the reasonableness of the RCO.The City may require Contractor to provide additional data including,but not limited to,a cost Page 17 of 36 yc breakdown of material costs,labor costs,labor rates by trade,work classifications,and overhead rates to support the RCO.If applicable,the RCO must include any schedule revisions accompanied by an explanation of the cost impact of the proposed change.Failure to include schedule revisions in an RCO will be deemed as the Contractor’s acknowledgement that the changes included in an RCO will not affect the project schedule. 9.1.3.Any modifications to the Contract Work,Contract Time,or Contract Price,must be effectuated through a written CO executed by both parties and,if required by the City Code of Ordinances,approved by the City Council. 9.1.4.In the event a satisfactory adjustment cannot be reached,and a CO has not been issued, given that time is of the essence,the City reserves the right,at its sole option,to direct the Contractor to proceed on a time and materials basis or make such arrangements as may be deemed necessary to complete the proposed additional Work at the unit prices provided in the Contract Documents.Where the City directs the Contractor to proceed on a time and materials basis,the City shall impose a maximum not-to-exceed amount and the Contractor must maintain detailed records of all labor and material costs including but not limited to payroll records and material receipts.Contractor must demonstrate its costs with sufficient evidence to be entitled to compensation from the City. 9.2.Continuing the Work.Contractor must continue to perform all Work under the Contract Documents during all disputes or disagreements with City,including disputes or disagreements concerning an RCO.Contractor shall not delay any Work pending resolution of any disputes or disagreements. 10.MISCELLANEOUS 10.1.No Assignment.Neither party shall assign the Contract or any sub-contract 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 City Manager. 10.2.Contractor’s Responsibility for Damages and Accidents. 10.2.1.Contractor shall accept full responsibility for the Work against all loss or damage of any nature sustained until final acceptance by City and shall promptly repair any damage done from any cause. 10.2.2.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. 10.3.Governing Law.This Contract shall be construed in accordance with and governed by the laws of the State of Florida.Venue for any litigation arising out of this Contract shall be proper exclusively in Miami-Dade County,Florida. 10.4.Waiver of Jury Trial,CITY AND CONTRACTOR KNOWINGLY,IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVE ANY RIGHT EITHER MAY HAVE TO A TRIAL BY JURY IN STATE AND OR FEDERAL COURT PROCEEDINGS IN RESPECT TO ANY ACTION,PROCEEDING,LAWSUIT OR COUNTERCLAIM BASED UPON THE CONTRACT FOR CONSTRUCTION,ARISING OUT OF,UNDER,OR IN CONNECTION yc Page 18 of 36 WITH THE CONSTRUCTION OF THE WORK,OR ANY COURSE OF CONDUCT, COURSE OF DEALING,STATEMENTS OR ACTIONS OR INACTIONS OF ANY PARTY. 10.5.Prevailing Party;Attorneys’Fees.In the event of any controversy,claim,dispute or litigation between the parties arising from or relating to this Contract (including,but not limited to,the enforcement of any indemnity provisions),the prevailing party shall be entitled to recover from the non-prevailing party all reasonable costs,expenses,paralegals’fees,experts’fees and attorneys'fees including,but not limited to,court costs and other expenses through all trial and appellate levels.In addition,the prevailing party shall be entitled to recover from the non¬ prevailing party all litigation costs associated with discovery,processing,management,hosting, and production of electronically stored information (ESI). 10.6.Compliance with Laws.The Contractor shall comply with all applicable laws,ordinances, rules,regulations,and lawful orders of public authorities in carrying out Services under this Agreement,and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense.Any mandatory clauses which are required by applicable law shall be deemed to be incorporated herein. 10.7.Examination and Retention of Contractor’s Records. 10.7.1.The City or any of its duly authorized representatives shall,for five (5)years after final payment under this Contract,have access to and the right to examine any of the Contractor’s books,ledgers,documents,papers,or other records involving transactions related to this Contract for the purpose of making audit,examination,excerpts,and transcriptions.In addition,the Contractor agrees to comply specifically with the provisions of Section 119.0701,Florida Statutes. 10.7.2.The Contractor agrees to include in any subcontractor contracts for this Project corresponding provisions for the benefit of City providing for retention and audit of records. 10.7.3.The right to access and examination of records stated herein and in any subcontracts shall survive termination or expiration of this Contract and continue until disposition of any mediation,claims,litigation or appeals related to this Project. 10.7.4.The City may cancel and terminate this Contract immediately for refusal by the Contractor to allow access by the City Manager or designees to any Records pertaining to work performed under this Contact that are subject to the provisions of Chapter 119,Florida Statutes. 10.8.Authorized Representative. 10.8.1.Before commencing the Work,Contractor shall designate a skilled and competent authorized supervisor and representative (“Authorized Representative”)acceptable to City to represent and act for Contractor and shall inform City,in writing,of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor.Contractor shall keep City informed of any subsequent changes in the foregoing.Such representative shall be present or duly represented at the Project site at all times when Work is actually in progress.All notices,determinations, instructions and other communications given to the authorized representatives of Contractor shall be binding upon the Contractor. 10.8.2.The Authorized Representative,project managers,superintendents and supervisors for the Project are all subject to prior and continuous approval of the City.If,at any time /cPage19of36 during the term of this Contract,any of the personnel either functionally or nominally performing any of the positions named above,are,for any reasonable cause whatsoever, unacceptable to the City,Contractor shall replace the unacceptable personnel with personnel acceptable to the City. 10.9.Taxes.Contractor shall pay all taxes,levies,duties and assessments of every nature which may be applicable to any Work under this Contract.The Contract Price and any agreed variations thereof shall include all taxes imposed by law at the time of this Contract.Contractor shall make any and all payroll deductions required by law.Contractor herein indemnifies and holds the City harmless from any liability on account of any and all such taxes,levies,duties and assessments. 10.10.Utilities.Contractor shall,at its expense,arrange for,develop and maintain all utilities at the Project to perform the Work and meet the requirements of this Contract.Such utilities shall be furnished by Contractor at no additional cost to City.Prior to final acceptance of the Work, Contractor shall,at its expense,satisfactorily remove and dispose of all temporary utilities developed to meet the requirements of this Contract. 10.11.Safety.Contractor shall be fully and solely responsible for safety and conducting all operations under this Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property and in full compliance with Occupational Safety and Health Act requirements and all other similar applicable safety laws or codes.Contractor shall continually and diligently inspect all Work,materials and equipment to discover any conditions which might involve such risks and shall be solely responsible for discovery and correction of any such conditions.Contractor shall have sole responsibility for implementing its safety program.City shall not be responsible for supervising the implementation of Contractor's safety program,and shall not have responsibility for the safety of Contractor's or its subcontractor's employees.Contractor shall maintain all portions of the Project site and Work in a neat,clean and sanitary condition at all times.Contractor shall assure that subcontractors performing Work comply with the foregoing safety requirements. 10.12.Cleaning Up.Contractor shall,at all times,at its expense,keep its Work areas in a neat, clean and safe condition.Upon completion of any portion of the Work,Contractor shall promptly remove all of its equipment,construction materials,temporary structures and surplus materials not to be used at or near the same location during later stages of Work.Upon completion of the Work and before final payment is made,Contractor shall,at its expense,satisfactorily dispose of all rubbish,unused materials and other equipment and materials belonging to it or used in the performance of the Work and Contractor shall leave the Project in a neat,clean and safe condition.In the event of Contractor's failure to comply with the foregoing,the same may be accomplished by City at Contractor's expense. 10.13.Liens.Contractor shall not permit any mechanic’s,laborer’s or materialmen’s lien to be filed against the Project site or any part thereof by reason of any Work,labor,services or materials supplied or claimed to have been supplied to the Project.In the event such a lien is found or claimed against the Project,Contractor shall within ten (10)days after notice of the lien discharge the lien or liens and cause a satisfaction of such lien to be recorded in the public records of Miami-Dade County,Florida,or cause such lien to be transferred to a bond,or post a bond sufficient to cause the Clerk of the Circuit Court of Miami-Dade County,Florida,to discharge such lien pursuant to Chapter 713.24,F.S.In the event Contractor fails to so discharge or bond the lien or liens within such period as required above,City shall thereafter have the right,but not ycPage20of36 the obligation,to discharge or bond the lien or liens.Additionally,City shall thereafter have the right,but not the obligation,to retain out of any payment then due or to become due Contractor, one hundred fifty percent (150%)of the amount of the lien and to pay City ’s reasonable attorneys'fees and costs incurred in connection therewith. 10.14.State Required Affidavits.By entering into this Agreement,the Contractor agrees to review and comply with the following state affidavit requirements: 10.14.1.Public Entity Crimes Affidavit.Contractor shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute),notification of which is hereby incorporated herein by reference,including execution of any required affidavit. 10.14.2.Scrutinized Companies.Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel.Pursuant to section 287.135,Florida Statues,the City may immediately terminate this Agreement at its sole option if the Contractor is found to have submitted a false certification;or if the Contractor is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement.If this Agreement is for more than one million dollars,the Contractor certifies that it is also not on the Scrutinized Companies with Activities in Sudan,Scrutinized Companies with Activities in the Iran Terrorism Sectors List,Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,or engaged with business operations in Cuba or Syria as identified in Section 287.135,Florida Statutes.Pursuant to Section 287.135,Florida Statutes,the City may immediately terminate this Agreement at its sole option if the Contractor is found to have submitted a false certification;or if the Contractor is placed on the Scrutinized Companies with Activities in Sudan List,Scrutinized Companies with Activities in the Iran Terrorism Sectors List,Scrutinized Companies with Activities in Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 10.14.3.E-Verify Affidavit.In accordance with Section 448.095,Florida Statutes,the City requires all contractors doing business with the City to register with and use the E- Verify system to verify the work authorization status of all newly hired employees.The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system.The contracting entity must provide of its proof of enrollment in E- Verify.For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify,please visit:https://www.e-verifv.gov/faq/how-do-i- provide-proof-of-mv-narticipationenrollment-in-e-verifv.By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095,Florida Statutes;will comply with the E-Verify requirements imposed by Section 448.095,Florida Statutes,including but not limited to obtaining E-Verify affidavits from subcontractors;and has executed the required affidavit attached hereto and incorporated herein. 10.14.4.Noncoercive Conduct Affidavit.Pursuant to Section 787.06,Florida Statutes,a nongovernmental entity executing,renewing,or extending a contract with a governmental entity is required to provide an affidavit,signed by an officer or a representative of the nongovernmental entity under penalty of perjury,attesting that the nongovernmental entity does not use coercion for labor or services as defined in Section 787.06(2)(a),Florida Statutes.By entering into this Agreement,the Contractor acknowledges that it has read Page 21 of 36 vc Section 787.06,Florida Statutes,and will comply with the requirements therein,and has executed the required affidavit attached hereto and incorporated herein. 10.14.5.Prohibition on Contracting with Entities of Foreign Concern.Pursuant to Section 287.138,Florida Statutes (which is expressly incorporated herein by reference),a governmental entity may not knowingly enter into a contract with an entity which would give access to an individual’s personal identifying information if (a)the entity is owned by the government of a foreign country of concern;(b)the government of a foreign country of concern has a controlling interest in the entity;or (c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern.By entering into this Agreement,the Contractor acknowledges that it has read Section 287.138,Florida Statutes,and complies with the requirements therein,and has executed the required affidavit attached hereto and incorporated herein. 10.15.Independent Contractor.The Contractor is an independent contractor under the Contract. This Contract does not create any partnership nor joint venture.Services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor,and not as officers,employees,or agents of the City.Personnel policies,tax responsibilities,social security and health insurance,employee benefits,purchasing policies and other similar administrative procedures,applicable to services rendered under the Contract shall be those of the Contractor. 10.16.Notices/Authorized Representatives.Any notices required by this Contract shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery,by registered or certified mail with postage prepaid return receipt requested,or by a private postal service,addressed to the parties (or their successors)at the addresses listed on the signature page of this Contract or such other address as the party may have designated by proper notice. 10.17.Ownership and Access to Records and Audits. 10.17.1.Contractor acknowledges that all inventions,innovations,improvements, developments,methods,designs,analyses,drawings,reports,compiled information,and all similar or related information (whether patentable or not)which relate to Services to the City which are conceived,developed or made by Contractor during the term of this Contract (“Work Product”)belong to the City.Contractor shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Contract)to establish and confirm such ownership (including,without limitation,assignments,powers of attorney and other instruments). 10.17.2.Contractor agrees to keep and maintain public records in Contractor’s possession or control in connection with Contractor’s performance under this Contract.The City Manager or her designee shall,during the term of this Contract and for a period of five (5) years from the date of termination of this Contract,have access to and the right to examine and audit any records of the Contractor involving transactions related to this Contract. Contractor additionally agrees to comply specifically with the provisions of Section 119.0701,Florida Statutes.Contractor shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law,for the duration of the Contract,and following completion of the Contract until the records are transferred to the City. Page 22 of 36 yc 10.173.Upon request from the City’s custodian of public records,Contractor shall provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes,or as otherwise provided by law. 10.17.4.Unless otherwise provided by law,any and all records,including but not limited to reports,surveys,and other data and documents provided or created in connection with this Contract are and shall remain the property of the City. 10.17.5.Upon completion of this Contract or in the event of termination by either party, any and all public records relating to the Contract in the possession of the Contractor shall be delivered by the Contractor to the City Manager,at no cost to the City,within seven (7) days.All such records stored electronically by Contractor shall be delivered to the City in a format that is compatible with the City’s information technology systems.Once the public records have been delivered upon completion or termination of this Contract,the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 10.17.6.Any compensation due to Contractor shall be withheld until all records are received as provided herein. 10.17.7.Contractor’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Contract by the City. 10.17.8.Notice Pursuant to Section 119.0701(2)(a),Florida Statutes.IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION,CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records:Nkenga “Nikki”Payne,CMC,FCRM Mailing address:6130 Sunset Drive South Miami,FL 33143 Telephone number:305-663-6340 Email:NPavne@southmiamifl.gov 11.SPECIAL CONDITIONS The following provisions in this Section 10 supersede any other provisions contained in this Contract only to the extent of any conflict with same.These provisions are particular to a given transaction and are transaction specific: 11.1.Unsatisfactory Personnel. 11.1.1.Contractor must at all times enforce strict discipline and good order among its employees and subcontractors at the Project(s)site(s)and must not employ on any Work any unfit person or anyone not skilled in the Work to which they are assigned. ycPage23of36 11.1.2.The City may make written request to the Contractor for the prompt removal and replacement of any personnel employed or retained by the Contractor,or any or Subcontractor engaged by the Contractor to provide and perform services or Work pursuant to the requirements of the Contract Documents.The Contractor must respond to the City within five (5)calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur.The City will make the final determination as to the removal of unsatisfactory personnel from the Work.The Contractor agrees that the removal of any of such individual(s)does not require the termination or demotion of said individual(s). 11.2.Hours of Work.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 interfere with or close any thoroughfare,without the written consent of the City or governing jurisdiction.Work is anticipated to be performed Monday through Friday in accordance with the requirements and limitations of applicable law including,without limitation,the City Code of Ordinances.The Contractor shall not perform Work beyond the time and days provided above without the prior written approval of the City. 11.3.Maintenance of Traffic.Whenever required by the scope of Work,by federal,state,or local law,or requested by the City to protect the public health,safety,and welfare,a Maintenance of Traffic (“MOT”)must be performed in accordance with the applicable FDOT Index Numbers (600 Series)and as further stated herein.The manual on Uniform Traffic Control Devises for Streets and Highways (U.S.Department of Transportation,FHWA),must be followed in the design, application,installation,maintenance and removal of all traffic control devices,warning devices and barriers necessary to protect the public and workmen from hazards with the Project limits. Pedestrian and vehicular traffic must be maintained and protected at all times.Prior to commencement of the Work,Contractor must provide the City with a proposed MOT plan for review.The City may require revisions to the proposed MOT plan.The MOT plan must be updated by the Contractor every two weeks.Failure to provide an MOT plan may result in the issuance of a stop work order.The Contractor will not be entitled to additional Contract Time for delays resulting from its failure to provide the required MOT plan. 11.4.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 Work or appurtenances,are hereby included in the prices stipulated in the Contract for said Work. 11.5.Substitutions.Substitution of any specified material or equipment requires the prior written acceptance of the Project Consultant.It is the sole responsibility of the Contractor to provide sufficient information and documentation to the Project Consultant to allow for a thorough review and determination on the acceptability of the substitution.Approval of a substitution does not waive or mitigate the Contractor’s responsibility to meet the requirements of the Contract Documents.The City may require an adjustment in price based on any proposed substitution. 11.6.Severe Weather Preparedness.During such periods of time as are designated by the United States Weather Bureau or Miami-Dade County as being a severe weather event,including a hurricane watch or warning,the Contractor,at no cost to the City,must take all precautions necessary to secure any Work in response to all threatened storm events,regardless of whether the Contractor has been given notice of same,in accordance with the Miami-Dade County Code. ycPage24of36 Compliance with any specific severe weather event or alert precautions will not constitute additional work.Suspension of the Work caused by a threatened or actual storm event,regardless of whether the City has directed such suspension,will entitle the Contractor to additional Contract Time as non-compensable,excusable delay. 11.7.Grant Funding.The Contractor acknowledges that the Work may be fully or partially funded utilizing funds from the grants listed below (each a “Grant”).Accordingly,the Contractor warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work in accordance with the terms and conditions of the Grant.If the Work will be funded utilizing Grant funds,the City shall select this box: Grant Title Grant Agreement Exhibit If the Work will be funded utilizing Grant funds,the City shall select this box:O. 11.8.DBE Contract Assurance. 11.8.1.The City affirms it has encouraged women-owned,minority-owned,and disadvantaged businesses of the Project and be responsive to the opportunity of the award of this Contract. 11.8.2.Contractor,or any subcontractor performing Work under this Contract,shall not discriminate on the basis of race,color,national origin,or sex in the performance of this Contract.Contractor shall carry out all applicable requirements of 49 CFE Part 26 in the award and administration of this Contract.Failure by the Contractor to carry out these requirements is a material breach of this Contract,which may result in the termination of this Contract or such other remedy as the City deems appropriate. 11.9.Scrutinized Companies. 11.9.1.Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List.Pursuant to Section 287.135,F.S.,the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification;or if the Contractor,or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 11.9.2.If this Agreement is for more than one million dollars,the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,or engaged with business operations in Cuba or Syria as identified in Section 287.135,F.S. Pursuant to Section 287.135,F.S.,the City may immediately terminate this Agreement at its sole option if the Contractor,its affiliates,or its subcontractors are found to have submitted a false certification;or if the Contractor,its affiliates,or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List,or Scrutinized /cPage25of36 yc Companies with Activities in the Iran Petroleum Energy Sector List,or engaged with business operations in Cuba or Syria during the term of the Agreement. 11.9.3.The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 11.9.4.As provided in Subsection 287.135(8),F.S.,if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. (REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE AND STATE REQUIRED AFFIDAVITS FOLLOW.] Page 26 of 36 IN WITNESS WHEREOF,the parties hereto have caused this Contract to be executed the day and year as first stated above. By: Nkenga “Ni City Clerk CMC,FCRM CONTRACTOR By: Title:Presiden Entity;Con-Mech,Inc Name:Y Approved as to form and legal sufficiency: By:£ Weiss Serota Helfman Cole &Bierman, P.L. City Attorney Addresses for Notice: Genaro “Chip”Iglesias City of South Miami Attn:City Manager 6130 Sunset Drive South Miami,FL 33143 305-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole &Bierman, P.L. Attn:Lillian Arango,Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard,Suite 1200 Coral Gables,FL 33134 larango@wsh-law.com (email) Addresses for Notice: Yudel Cubillas Con-Mech,Inc.President 9802 NW 80th Ave.Unit 38 Hialeah Gardens,Florida 33016 305-414-6324 (telephone) info@con-mech.com (email) (telephone) (email) With a copy to: Yohania Chamizo Con-Mech,Inc.Vice-President 3511 NW 6th St Cape Coral,Fl 33993 305-964-6324 ychamizo@con-mech.com Page 27 of 36 E-VERIFY AFFIDAVIT Tn accordance with Section 448.095,Florida Statutes,the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees.The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify.For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify,please visit: https://www.e-verifv.gov/faq/how-do-i-provide-nroof-of-mv-DarticiDationenrollment-in-e-verity By signing below,the contracting entity acknowledges that it has read Section 448.095,Florida Statutes and will comply with the E-Verify requirements imposed by it,including but not limited to obtaining E-Verify affidavits from subcontractors. Q Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of:/41^/ Witness #1 Print Name:Alex Borrego Witness #2 Print Name:Teresa Carreira Print N Title:President Signed,seal d dehv Entity Name:Con-Mech,Inc ACKNOWLEDGMENT State of Florida County of Miami-Dade The foregoing instrument was acknowledged before me by means of [^physical presence or online notarization,this 2 day of Avfeug.T',20 25,by CirttitUs (name of person)as (type of authority)for (name of party on behalf of whom instrument is executed). Notary Public (Print,Stamp,or Type as Commissioned) Personally known to me;or Produced identification (Type of Identification: Did take an oath;orZDidnottakeanoath YOHANIA CHAMIZONotaryPublic-State of FloridaCommission*HH 220934MyCommissionExpiresApril18,2026 City of South Miami,FL E-Verify Affidavit AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Effective July 1,2024,Section 787.06,Florida Statutes,a nongovernmental entity executing,renewing, or extending a contract with a governmental entity is required to provide an affidavit,signed by an officer or a representative of the nongovernmental entity under penalty of peijury,attesting that the nongovernmental entity does not use coercion for labor or services as defined in Section 787.06(2)(a), Florida Statutes. By signing below,I hereby affirm under penalty of perjury that: 1.I have read Section 787.06,Florida Statutes,and understand that this affidavit is provided in compliance with the requirement that,upon execution,renewal,or extension of a contract between a nongovernmental entity and a governmental entity,the nongovernmental entity must attest to the absence of coercion in labor or services. 2.I am an officer or representative of Con-Mech,Inc ,a nongovernmental entity. 3.Con-Mech,Inc does not use coercion for labor or services as defined in the relevant section of the law. In the presence of: Witness^^^int l^ame:Alex Borrego Witne^#2 Print Name:Teresa Carreira Under penalties of perjury,I declare that I have read the in it are tr Print Name:Yudel Qubijlas Title:President Entity NameTCon-Mech,Inc stated OATH OR AFFIRMATION State of Florida County of Miami-Dade Sworn to (or affirmed)and subscribed before me by means of [physical presence or online notarization,this 2 day of ,20 by (name of person)as (type of authority)for ,X4C (name of party on behalf of whom instrument is executed). Personally known to me;or Produced identification (Type of Identification: Did take an oath;or Did not take an oath Notary Public (Print,Stamp,or Type as Commissioned) ) A®,YOHANIA CHAMIZOB'TT'&feNotary Public-State of FloridaCommission#HH 220934MyCommissionExpiresApril18,2026 City of South Miami,FL Noncoercive Conduct for Labor or Services Affidavit AFFIDAVIT REGARDING PROHIBITION ON CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN Pursuant to Section 287.138,Florida Statutes (which is expressly incorporated herein by reference),a governmental entity may not knowingly enter into a contract with an entity which would give access to an individual’s personal identifying information if (a)the entity is owned by ethe government of a foreign country of concern;(b)the government of a foreign country of concern has a controlling interest in the entity;or (c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. This affidavit must be completed by an officer or representative of an entity submitting a bid,proposal,or reply to,or entering into,renewing,or extending,a contract with a governmental entity which would grant the entity access to an individual’s personal identifying information. 1.Con-Mech,Inc (“entity”)does not meet any of the criteria in paragraphs (2)(a)-(c)of Section 287.138,F.S. In the presence of: Witness^^^rint Nanie:^AIex Borrego Witne^s#2 Print Name:Teresa Carreira Under penalties of perjury,I declare that I have read the foresoi and the faets-stated in it are true: Print Name:Trudel Ci Title:President- F.ntityName:^^Sh-Mechrtne--^ OATH OR AFFIRMATION State of Florida County of Miami-Dade Sworn to (or affirmed)and subscribed before me by means of [^physical presence or online notarization,this 2 day of ,20 25.by G9&1 iLtS (name of person)as (type of authority)for (name of party on behalf of whom instrument is executed). Notary Public (Print,Stamp,or Type as Commissioned) *Personally known to me;or Produced identification (Type of Identification:.Did take an oath;orfDidnottakeanoath YOHANIA CHAMIZO^T^Notary Public-State of Florida Commission #HH 220934 My Commission ExpiresApril18,2026 City of South Miami,FL Entities of Foreign Countries of Concern Affidavit NOTICE TO PROCEED Dated:»20 To:’ Project Name: You are hereby notified that the Contract Times under the above Contract will commence to run on .2025.By that date,you are to start performing your obligations under the Contract Documents.In accordance with Article 2 of the Contract,the dates of Substantial Completion and completion and readiness for final payment are ,2025 and ,2025,I days respectively. Before you may start any Work at the site,Article 6 provides that you must deliver to the City (_ check here if applicable,with copies to and other identified additional insureds)Certificates of Insurance in accordance with the Contract Documents. In addition,before you may start any Work at the site,you must:(add any additional requirements) ACCEPTANCE OF NOTICE TO PROCEED [INSERT NAME OF CONTRACTORI. By: Name: Title: Date: City of South Miami,FL Notice to Proceed Form EXHIBIT A SCOPE OF WORK SECTION 3. SCOPE OF WORK.SPECIFICATIONS.AND REQUIREMENTS GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT &MISCELLANEOUS IMPROVEMENTS 3.1 GENERAL REQUIREMENTS. The work specified in this Invitation to Bid (ITB)consists of furnishing all goods, materials,supplies,and services necessary to provide a completed project that meets all of the needs described in this Scope of Services and as otherwise described in this ITB (the “Work”).The Work is to be performed per specifications and the contract documents.The Work is to be performed in accordance with the specifications and the contract documents (as defined in the Instructions for Respondents)that are provided to the Contractor by the City as well as in accordance with those plans,drawings and specifications that are required to be produced by the Contractor and that are approved by the City.This includes but is not limited to keeping the project site clean and safe;the furnishing all labor of the Contractor and the labor of all allowable subcontractors;providing dumpster(s); disposing of materials;providing all necessaiy engineering and architectural plans, drawings and technical specifications;all permits;all necessary equipment, including rental equipment,machinery,tools,transportation and freight; coordination with any other City contractor,subcontractors and utility companies (i.e.power,gas,water);erecting construction safety measures,including fencing, privacy screening and cones,and ensuring that the safety measure are in place at the end of each working day;root pruning and sod restoration at affected areas to the City’s satisfaction;cleaning the construction site at the end of each working day;maintenance of traffic and hiring of off duty City police officer if required by the City;and any other goods and services necessary to perform all of the Work. Prior to any digging,Contractor must locate all underground utilities and other facilities as well as contacting Sunshine 811 to coordinate the process between excavators and member utilities in Florida so that the utilities can mark the approximate location of all their underground facilities,including power lines, telephone lines,pipes,and cables on construction site. In all cases,it is the responsibility of Contractor to obtain and pay for all licenses and other permits (including tree permits),provide signed and seal footing and foundation specifications for permitting,as well as all laboratory tests,engineering and architectural specifications,drawings and plans that are necessary to secure any and all permits and licenses required to complete Work.In addition,Contractor will be required to obtain,pay for and deliver to the City as-built plans for all of the Work.Permit fees are waived for permits required to be issued directly by the City City of South Miami,FL Exhibit A of South Miami.Permit fees charged by other government entities,if required,are the responsibility of the Respondent/Contractor;however,in all cases;it is the responsibility of Respondent/Contractor to secure any and all permits that may be required for this project. Work activity is limited to the hours from 7:00 a.m.through 5:00 p.m.,from Monday through Friday pursuant to Section 7-15 and 7-16 of the City Code of Ordinances. 3.2 SPECIFIC REQUIREMENTS. The City is soliciting proposals from highly qualified firms for the replacement of two Outdoor Air Units (OAUs)and miscellaneous improvements at the Gibson- Bethel Community Center,located at 5800 SW 66th Street,South Miami,FL 33143. This project includes all associated electrical,mechanical,and structural coordination required to replace the rooftop Outdoor Air Units (OAUs), modification of ductwork to integrate OAUs with existing RTUs,replacement and reconfiguration of toilet exhaust fans,installation of new building management system,and implementation of a dehumidification control sequence,in accordance with the provided construction documents.The goal is to improve indoor air quality, reduce moisture infiltration,and achieve long-term compliance with ventilation and energy efficiency standards. 3.2.1 Kev Scope Components: 3.2.1.1 Demolition and Removal: 3.2.1.2 Disconnect and remove three existing OAUs (designated OAU-1,OAU-2,and OAU-3)and associated rooftop mechanical equipment as shown in the plans. 3.2.1.3 Cap existing conduit penetrations as required,retaining usable infrastructure for potential future use. 3.2.1.2 New Equipment Installation: 3.2.1.3 Furnish and install two new OAUs with associated ductwork,electrical disconnects,raceways,and conductors. 3.2.1 .3 Units shall be installed per mechanical and electrical plans, including coordination for voltages,phases,and amperage ratings: OAU-1:480V,3-phase,52A OAU-3:480V,3-phase,34.6A City of South Miami,FL yc Exhibit A 3.2.1.3 Repair and patch roof as required to accommodate new equipment. 3.2.3 Electrical Coordination: 3.2.3.1 Install new disconnect switches (non-fusible,NEMA 3R rated)and all associated wiring/conduit sized as noted. 3.2.3.2 Ensure final connections match nameplate ratings and are coordinated with equipment supplier. 3.2.3.3 Label new circuits and provide updated panel schedules. 3.2.4 Code Compliance and Safety: 3.2.4.1 All work must comply with the 2020 NEC,2023 Florida Building Code,and all applicable federal,state,and local regulations. 3.2.4.2 Provide fire stopping for all penetrations and maintain fire-rated assemblies. 3.2.4.3 Submit third-party testing and arc flash labeling as required. 3.2.5 Documentation &Close-Out: 3.2.5.1 Provide as-built drawings,panel directories,and updated O&M manuals. 3.2.5.2 Coordinate all utility service disruptions with the City and schedule work to minimize public disruption. 3.2.6 Contractors Lum Sum Proposal The Contractor’s lump sum proposal shall include all materials, equipment,labor,and incidentals necessary to complete the project in its entirety.This includes,but is not limited to,the following responsibilities: 3.2.6.1 Maintaining a clean and safe job site at all times. 3.26.2 Providing all required labor (including subcontractors, where permitted),tools,equipment,and transportation. 3.2.6.3 Supplying and maintaining dumpsters and ensuring proper disposal and recycling of all waste in accordance with applicable regulations. 3.2.6.4 Preparing and submitting all necessary engineering and architectural drawings,plans,and technical specifications. 3.Z6.5 Obtaining all required permits and licenses,including VCCityofSouthMiami,FL Exhibit A coordinating with Sunshine 811 for utility locates. 3.2.6.6 Installing appropriate construction safety measures such as fencing,privacy screens,and traffic cones. 3.2.6.7 Restoring any disturbed sod,landscaping,and grading to original condition or better. 3.2.6.8 Performing daily site cleanup and ensuring all safety precautions remain in place after work hours. 3.2.6.9 Coordinating with other City contractors,subcontractors, and utility providers (e.g.,power,gas,water). 3.2.6.10 Managing traffic control as needed,including the use of off-duty City police officers when required. 3.2.6.1 1 Providing as-built drawings and all documentation required for project closeout. 3.2.6.1 2 Installing straw or hay bale barriers around yard drains to prevent sediment from entering existing catch basins. 3.3 ASSESSMENT &CONTRACT DOCUMENTS Enclosed documents include Attachment C,“Construction Documents,” including electrical and mechanical contract plans,and Attachment D “HVAC Assessment Report”both documents prepared by Kimley Hom. 3.4 SITE LOCATION. The Project will be held at the Gibson-Bethel Community Center,located at 5800 SW 66th Street,South Miami,FL 33143 3.5 PROJECT DURATION. After permit(s)have been secured/approved,the Bidder is responsible for completing this project within thirty (30)calendar days,from issuance of Notice to Proceed/Purchase Order/Email Notification from the City’s Project Manager. 3.6 WARRANTY. Bidder must include a warranty and/or guarantees of all material and labor that includes: 3.6.1 any conditions;and 3.6.2 guaranteed response time for repair;and 3.6.3 guaranteed replacement during the warranty period;and 3.6.4 life expectancy under normal use;and 3.6.5 Failures during the warranty period must be repaired or replaced to the satisfaction of the City;and 3.6.6 the term of the warranty. At a minimum,Bidder/Contractor must warrant their Work to be free of significant City of South Miami,FL YQ Exhibit A defects in workmanship and materials for a period of one (1)year and if General Conditions are made part of the contract documents for this project,at a minimum, Bidder/Contractor must warrant their Work in accordance with the warranty requirements found in the General Conditions to the Contract. If equipment is being provided,the standard manufacturer’s warranty information must be provided in writing for all equipment being proposed and,if required by the warranty,such equipment must be installed by an authorized installer before final payment is made.If the manufacturer’s warranty is issued to the Bidder/contractor,Bidder/Contractor must assign it to the City. 3.7 DOCUMENTATION. A prerequisite to final payment is the execution and delivery to the City of all documents required by any governmental agency,including the City.Such documentation includes documentation for the conveyance of any property or facilities that are the subject of this Project. City of South Miami,FL yQ,Exhibit A Exhibit B Contract Documents Gibson-Bethel Community Center Outside Air Unit Replacement & Miscellaneous Improvements CONSTRUCTION DOCUMENTS FOR GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SOUTH MIAMI,FL 05/30/2025 CITY COMMISSION OFFICIALS MAYOR:JAVIER FERNANDEZ VICE MAYOR/COMMISSIONER GROUP III:BRIAN COREY COMMISSIONER GROUP I:STEVE CALLE COMMISSIONER GROUP 11:DANNY RODRIGUEZ COMMISSIONER GROUP IV:USA BONICH PROJECT VICINITY MAP SITE DATA OWNER: CITY OF SOUTH MIAMIGIBSON-6ETHEL5800SW66THST, SOUTH MIAMI.FL 33143 PHONE:305-668-3876 ENGINEER: KIMLEY-HORN &ASSOCIATES.INC. 201 N.FRANKLIN ST #1400 TAMPA.FL 33602 PHONE:613-620-1460 PROJECT SHEET INDEX AKTHCMIMiLJ £3»-kit Wk Hm[uMU KKIKOl wWHIWIJUktIm•QU' MrcwMacMiH bUMIU MMklMR*MlUISIWAHasoa3r!EWS5nn®TTsrRSiS'^144UMX IMWUJIJ WWKkJ MmIMUJU1biLMJUlULMURMAMiEJNMIMLLUUMAUllU'Lcaaj-u wuwii««KU AM utiimirtmm 1 Ml IUUMU.UWJU1 Kimley»>Horn W1NFRANKUKSTSUITEMOOtampa.nmnPHONE:»IJ«0.UWREQSTRVNO.MtM 2OKO GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 66TH ST.SOUTH MIAMJ.FL 33143 CUENTPROJECT NFO — — ND &4Tf cramae km encwTieN MS _ RMCI COVER SHEET G001 Kimley»>HornGENERALNEWNOTESELECTRICALSYMBOLS uma.teas,neauma itc.moms aoMimwmmtuemotmu* LIGHTING FDCTURIS (REFER TO LIGHTING FIXTURE SCHEDULE FOR DETAILS) n it 1CM1mcttKuwnbocatenb*tmM0<nciu*Mmtenoctumxml n M * it a u » ABBREVIATIONSn 41OMCM11n«U WMA«UTAMSMU M MINMUMUMW*a KORMCMJt RM WtOWtON TOMlCNCim MRWMIXMMCVUQWWln MiOCMMY AltJMIMUI tf MOM1CNMA0MT10MTB WMR0 TQMVMWVQOMOf OSOt W OAMT.M Ml AMOOBSriMMUnOM WBM •WU R MlAO,a GIBSON-BETHEL GENERAL DEMO NOTES; CUENT PROJECT MFO ELECTRCAL •MECHMSCAL EMPUENT SCHEDULE M6CMWSCTttMMKttn MtWClWOMOO TVt rwro TO MMMMCOM MUMnieimtowv wornMdfoo cncnrotTO VTO*TOt»M>»M**VPS l>ClCCCOTTOTOmwoiOCC*MMnamort fOWMTwe STOUTO YAUTGAOW,WMQtCONWkXl WlfMOTOCOUmQ*'OCOOTMnOM tfM nwcrcMra wearTOTOO E000 «PM41Um»OC*OUClOMNOiMttOCMUtfIMOMO SACS IOMMIKMQU<1M«»Womerovaswat’. miimcommarv a»auUKmm ww<ommml•ie.mmmi momoov a aaaxdouiui.motto*eewtMAnMutomv o»anarMor emaxf m«Mu«lClmaiomitXSMS’S*TODSlKA xnPrtTOnocATOceaunfcrrtMmAiioxonaAMcOTToccuiTnm.wweTOoneoTOTOtitrorsAM>MMROXOTSTO1DCA1KM«1MIInturnsMOSOO1WM10MCTOW.AIAft*COSISNUM AUQWtO TOTOW tOCOianY. AMTtOWO*OWTACt Ot ANY CRCUTBOAl WMOTODY TUBO«nARUMA umumTWOWM**ROMtomraXMAOUIMSSMIumDMIMUVWMANMlBMMOOVMTO»MOTOn»AaiNIIA*AGMCMOTOCHWtWOS-WSMUOTAS Snu AtOTOKMl>W!THOMAOMCB ttTOMKTTOtn MAI TOcoounommumorooowuer. COMUKOAOUCTOmROCTORAM CMY.IMOSf 1TOWTO>t«0lA*DTOlMA3«nm»<0svtxatctWMCCNnuereAattxnxorconsinuetc< Mtnov Mm.SBcem<IMAMMTOTOVk WRBB»<MX H SnUaCSOUNUtOOMRMMnona MMM«atonCttrnnWBMMMA B<UMM UlMMl S0MD4 BMrCMA WOtCMOtMIU*mCMlOM*0CMIf SMAlMM<1HA*tNHMWO U&MlUHMRAna fttNFY TMEXACT LCCAnSNTOUtMA*QN«t atl CTO1*£M CQUWVCN1MOOR TOR0U0HMMmCWtCKMOTBWMMTmuStOCAAAMtMWMMDWWW0MMB.MWA WUK ACMCOMTAACTCAMUIMOYCCIMT0WUM©COMOfl »*WUWf*RMTONT ACnKLY AUrVUKD. Ml KMMMT.MTVMtamOWQMINOWMAMMWtftfM BfTOR&iUY TOHAStWSAO 0*MOttt OTMMMSS ONOtNMMUL ARMBOMMMOVmriRMCLMlOTBiCTWttCWO&MirM OTaATCA OOXUY MAS.<?«..TOF«ttTO IMCSCrWCMUftCMOQtfAMT.WMTV TM WAS.NAS MO LOADW WtiftMNb#MWMM*mtnMB MAtKUU*CWTlTT AQ1W0R RMWMDMt |WMSUCK 1MA|CM RCMtf»4MMOt CMMAfMMCMOMKMUta NDIUMIM101MiMUIONCM|M10TOK v.DMAMOS 10Ml IQUMTUMAC»MBKWMOrn*MOCA CMROMTI mMMMMMCOTAXTOTOMOOOOMUCTBMTMXNOUCTWTO MA*IBOMTMMCUlottooaMsnrtKimfmmammn»'kitol mmaxnonmo mmismimrummuamamacmactiontut cui wwn«ocobo*mrenot wo*. Mt RKmCAt R0KI Mail COMYWrfNAUMfteMf Otett.COUNTT NeiCCMOOOnMOOKWMCiaMMUABAUCM0UN1OUNQNetCOOBOAMDMVCIUSMmOUKMrvmcmtm**MO.MFAuoc,u.om.mounurrCCMWOfMCMCA Mnrmbomncms tomwaawith tom mounno rr«motmeonur no contractsvanwoniooti»max •oorno ccNEranomcn toor. RU oom OO0WMMIWeMlMV ONAnOK MMMMTR MlRT0m»UXTV«meWtNMMCM0t K CM NUMAU AMf»«NURnumM«*DMOBML <mMOM«UAM CROCACOMUMUMKMXr AfTW •WTA,MNOWM.NOMUTUMMM4WWATIWfNQDOO»MIUMOCN*UMACCCmO TAUM TO OA0MMATCBUIM AMOYMMCK MlOVCtHUfOMNIIMTCN CMC bMtmuQCCMfCKft OY ML CMMWMMOMOm W*YmON10 WMMM WOMftMiOTlt two me cm rmACOMttOMuomntuUft'MN'hMirtueimittftmMiaeiiOt txMoamwmoMCtimagercmrvHaxuToutauflwta H0WDO Ml HNh00amHtfNTimOflfCtMftOROUurOlROMAC1UARABACCOWA SMOOT XWCTCNYssonMiirwioimo«muH*eMWiouM wocai ioiimuaikm MNCMUCCCUaOV MfCMVCX COCOttUttmOCOMW CXCBBTINO CUCmCALWWWmfM XWCtfCWCMwqmwKNn<wemucomm,nmcwmmctrcmMiMiAncR.wf»WTwome<*swummccmmcrvuroibeoonomaswwMiiwraftthcwmnwv•tom ommm n«ocinunonc**«MULLanOM SWAMLftlMmomiMmmIMMMMO«MW •<ACMW1CMBUNA 0’MMMMI.MOOVSMMMAlMCA•uxoU10umm»onmwamwikm<m. txv meRcaurno*wonoaMuau mobi wwututrocswoon«immmjonoojaam iwii»m>vieuYiimMWMoo>oiBQCAtt0 tommuacDMUM wcoownio hCGRCAonMiMroowc* ASOKCTOtV TX CMWCA UHMwrtM>OflUAMiMONeOXUTO«OOaeAnOaiDMMaOaQSMCJTOWlCX»<MrMD«nMRinSMM IKA acwcmt OMCC.MTWMNW9V MCATUCN TX UMRNM MSMTMOAOC TUMWROCtfONM0*10noMWoncoxunAioxnACMCA*vMWivoMwt ww omim no uaMt or ccaAmucnonwOAx •MOW*..CWXMCVuoW»rtUMIMimOorcWM«WUTUMT accoKMCONTnacTo*itmouMmraix cucrwHnonsn>xraa mMootcftiniMfKMOaMOWmmmooco*aocm cv two vunsrmm0Ar<er ana AccEFtmcc. WKSMWOC*IFSWVMonDOOMSWAMCMUwamsonMCO«nONBTrDi CMYRAI vOABOovttmC0M90MUMI»ACCX1IO tunM»MOMuumwNAM(nAVUfOnMXAUo<DCuw&CMtM&umnnvMacie.moit<OMftfT•oia tomum >o<aAtaa mnotuirrwoiiulOCAtonoa uanxoomt•aocukc cumo srm^«ucd*ou»ohohrhiom MOAoKWimuomownOTKAMSOmoabko. umrsnuMo»kbucm«nmkaauy~*MC1MOCMCU1OUWO tom wiinviMmoMA toonncdcmxa cr mismcrdaawnosmoiwsjrAcrxcMOATarmtaMa oo«*obWANDOMILCTG.TOOKMUMMUWUWUMWUMWttM>fANUUaOCAHTHAT THCCMMACfCMHUmXWLOIKBOOTMUIKMHOURANDIWIXRlfivOMtDrW>MUKAIn«RROCM eerowffoat nc cosrt.aMrouMWTcao smu sc er tx coutwiCMT aiocnuouAufr nonTKaxamOCMWGMNtU J^_ fM nueoMOTOftaimc*TIMBanwcNiacM X»TWt.*«MMt*XTOAMm r xenon to mctwAvmao*atognmounwo ttmntowsmomiwcaamcotocAnomnxwmdMnwoo.w clicircm ccwnucionMMii enovw mi emu nut aw rushMMNTXC^onsoxMacnoWB Aio AMOaAMCeUMi KNMA tlUCOtMKTOOM OUlUtt AtuMMMM11*000109^0IXIMA CAMMOmrt»ANDICUTOTBrtTtMMUNMMMOf. a W—RKfOBCMMIKn1—0—I unao-a 5800SW66TH ST.SOUTH MIAMI.FL 33143 O WOMXOKODACSKRa’WUaM WniOHOSMICTWrOI C •MnmcnocwaMtnuonnrwMMMACTttftBimvoMnaTmwscrrmMM<»HMMirnhNrUANGAMMHUBMW&MlTOMAMMMWX «0Atn^^oomn ELECTRICAL SYMBOLS.ABBREVIATIONS AND NOTES tot N fRAMCUN STSUITE1W0TAMPKH1M02FHONE:Sl3.C0.tMREGISTRYNO.SStM «2$e COMMUNITY CENTER OAU REPLACEMENT LIGHTING SYMBOLS UOKTWO CONTROLS MornmnoMM »ovorrcmvch mairott mcocmxcOma *.^r»9 t •NSMOS rWKA MOOR •NRJOMO w.«4rm twonouOMCR STOCK U®CU»MOIIA»D W.MTTO •u MTOOtf MMKM STOW MOCCUXOOMA mo w,mtart *o I0U4MUCWMUOTOCHMCOSUNAOQHA oo W.MraH *avi oetmMnmKMev ocNoanmick moomj sa •.MPMC ocomammaGNcv wnsoa oum rvcwoTO.MoenawcAmT»***C €>NOTOcTOnm wwon.mom»no>bov rxcaam c SYSTEM SYMBOLS RRE ALARM nawM c=n ms M/mconmocma NR «» RMMAAHWlMnK CMTOV S3 NOmncAtionmuanct tocuvcamntt meMAM XMOnMMMMTO*«»<imw «nww•»»••••••• ©KNonoax M*>W•Ml <HW«M R MMAJMMAXCtARCH bim*«•»ia &V AMNUM KAI VAW»iWSATMAMOOR W.WMXMRRkM•1• 0 o-AOTCUACYNC BUCK OCTZCYOA Q O «RM|tOMOM TOBCTCR WTHOAntNYSACK* e MTTOtmn a.DUCT MTtCfOA WtAnOTOTO a>KAVXTCCTOn ADAMOItM*1W) (P a>mat oettefan^uto turn,non du Ju Kit asioeiM[MAiNwaoj S DOOMMUM MlHMMl«M»RNM F)SMVWUnftOW OTOCW S SMIMSXCN tAIBOUWilUl MB Fl WNUXMKaaunt wmicn WH*aMk me wav ccnnmcAhOn «r m ©3 baArkCAMociABraoMomv CU EL.mancMnAsmew ex v(wafWarMpcmi 1IinHe-G-CfMOO MMMrtD SXOSDtWtATWTOlTO MQMCMMA|13JI2Jew cw ceuw MCMrttpinnismost 0!4ili1Q3 Si cams mdwtidirwttWTOMtncnroocR GO.EU ewnoiotoioMMwsmeot (wunenmoor,moncmcm aw* NQOl «MriMIMrw-htoiCHtanwivnox)1 Illi1 IRI <WN*«•»«•MMMM rwiua WATMULCWout EQUIPMgNT V ware*mhdsmtcn Lo MOTO**ATCOMMOCMMMQ SM1OS 8 MAQMCT AOMC*TO STOCKNUCNnDOM TWO O’TOOwaeT.XAvrouTv.ouunu O TOOMWCT.MAVTTOYhTO ©MAOTOK TOO*StaWW* Q eosMAncK too*rareacmccHccT Ml vaMU AtouwvOMvt UOCtWCMFAKL MV4a laSTOUl -u aCCDOCMBAtfk ruroTOMO (iJ nUNSTOTO* dn Mi*n>nauum a«4.!«M*rtn ^Sxs^r^। eoksnsTOCAUTO .OR Immtoctovmcwmt AUOOMOCO TORtWOTOO 1 MO09UO TELECOMMUMCA'nON DEVICES V’V*uya ounn.mnsoGamar vt 7’movowovnrr o ma ounn.ecurntobies K*N’twin*noonaoa urasctTOowoTOBRoonTOTOiSMiwTOATOTO4*TO.KTOMf UM 0*COURaUNT. V7**a VHilit MTTIt AOKI NTOaCMonuotn CONDUIT AND RACEWAY COTOITTOR0*ONCCUm0*WML ——_COTOHSTOBROOKIMMA KOON ONMt*Q*DUNO. "TT*—OTvOS COTOlCtQMNTOaXtUCUTOOOWMM *0TOTOTOCAHG>00XTOQ*4 WOOTOMO X*XCK*Wf BnOTOStmlK TOCUT. LCNOTO*WOTOUOTOMOFC*MAUDOTOMONDmttUfl£t X*NtCL RWOKWKUCT GATOMnUTlC) MuanRunrocatinq «toxandorcmi wtoa NMTOwcniQRcuwiMRmw snacarts mtoTro tototo to«4 macATraancisTMQ mtv atcwmxNtiocatdx O—OONOUTDOWK c*—OONTOTU*. f CONDUCT 0IMATOCX. POWER DEVICES HOkOTNO1U0N| X DuRMcomcwK*owner.«ir AfPcrwcMx w »irxi st CMLUOOMWNCi CUKBt.COUNrWmU>«r MT |TW*au w.emm w «xx»w coinmnccowner *ora wtcrwi TOMMmc*ownerw arc*ptovctto*lvronenmoc*auucown w.*trxr OTOCICQMCMCNCE ounn wr CEDttATUOTOMSBOtAfttCADUTO w •trarv *IO.camxccM<K&ceowner nn woMrancocnontarB withaachctopl w.mwmv #OtXSX COMCNfMCS OWRAT VNTHNTTOKUWOWK3RQTOlK WatTM* cawwk ermwre owner con cuctmc hmtcmcootin «.«xran ixwuvccMTOSnceownrr wiorocAnficrorrrenicFnmnMTDK m.—r^ DUROCOTOTOKt OVtlfT WCTOCAnOCRGUir TO WMTTMWA.n,»irxY OOTO<TOUXCOAAfNCMCf TOUT. £DUAfitOOMMCNCe OWUT.CUNO WOUNltO ATO CM* a DMmc»naaawnoonson.mumomumohamhookTOTOnromanAMuae.wnor.raoto tarooneouniUNt A a DUR£XMCCXaCUBTOOnOOL TO*GMTOtOMMAOO*BOMhOTOO WTOAYNMOU.*«01.TOTOTOIM0*MUN41NL K BKCVH TOTO*OUntT.TOia CTOTONATO ATO VOlTAQFaawOTra w.mw AMNQN0OL«XCWC UMASTO1S4 w.avwt MJ UNTHWUNTMB0UWXTOM0 nn@[T]XTOUTOifWltf laCaoCartlwnMMiaCMrvaAOJI STOrrXMTOBCTOOttTOmTO4OSTOTTTO»TOITOTOTOTOCMU49.TOK 10ICVtTON44MDHWM t=8E3 scccMSiron*,nr.nrrw rmiojULJ mao ma nanr to.nr IWITOTTOM IMMMOTOSRetro u MOASBOinM00WL»TRlLNt o c accAUSftaooamTOiffnro *to«N»tUTO«a»inWtTrcaem «maXTonw ionaww Ataa*YM*lot TOM e.$Ji••vwTOTOW r C*MK BMUCA INWTOtDiiMWMCKaOMcmMctotsNorvcnronaanamtow*** 2 rmmoouMMgs.rommanowcmta’innw hnhVDisKATOTOTOS K TOMWGMU vr tommmrenot* wi RKlOCaM HADOWASTATOTOS MTDWIS ABO riMivnnTirs rim OM NAORD 1 CU cotton CM troru CM t«ST>otQKwmmover wmrr ink to monwww y»b oners tMT UTHBCtCIM1UDM Nil suewnOTOrauje noma m cicnc*A <u wtnrwnrmcitemom:aacusctwcmuamcm OSO onownoMciscmcMcctocto OTO moroto v OK*tr omntrr aw ULonart M K KTMCiAe TO •ouvnwSTOOHr KC nancMcucnxMecae CTO MATOwLCicemeMHMxnmtototo 1WX MTIOHK VTO RTOtACMAOtnCY NOW MOMMA MTS MOTTOTOC oc*own crow anoTtcnon RI TO RM TOOK no rmvwnMMM Mt TOwct tNWNcetceittn - -— ... MO OTO ammo TOtcocnrro MARK CMCRtno*KiUM TOM NA X CBOCTOteWMOMAM TOW MOWS oaui ewmcnAftwf A rrA.O iocuna4,rt 1 ohm cwroenTOror Of ft ma .•YA.SA aAairanikwt 1 CM croetTO MO 1 M M MNitA<taa amrateda ^VQASUWOuWC. XOTOf MR MO 1 U I’W M11s0*to A SUCMCL X 4 ELECTRICAL SHEET LIST a lMCIRC«A MMRABw41WAWokUhM LOTO IMA 1A*«X».M«UKANt I**’Jm 11j«<U<MknAMB IW TOt.tUCMTO.MA >R ilACACMmUIMWWH ORwwtrr TT croaoev.*acme HAWA Nnom munio •ATO MIMMO.— ComeMcoOou *•A WWft«••••Aw A •AwWMIMTO CM AfWCADMCDSt SQOt >AKM Mtnmoocc occnc«AiawSiwCin MW accnSOTrr aan*>amwri iK Kami ELECTRICAL SPECrRCATIQMS 11 AUWORRSKAU St MCW IMfSDOTWMnW NOWO.TK CONTRACTOR SNNLHfrTOSTMfWORKTO*QR TODWWWI4«PKWDRMn*MWYDUALSKTIONSOPWN*NOTO"WQMTBOIFFWMALLLAMM TOROTOilIATTO.MATCRAL.MUPKNt.WMMStAUAtigN SWRWSTOANDANY OTO*NXSMlHItTOGAIMMCn•WO**’FOR TO MOWfUTAHATK)N am WAATTOQF TOOOMPlfTfmTTO.*MC*lMUM PROTDVDST!»•CONTRACTORPTOTMfR OR NOTtPtORGAUYMKAftOORNOttO. aeSWUllJ*cottractcrISsortv w podtomttos orinRSBSES>RM*.APOftMCN8'UeiORl IMBSOQNTOCtQRSMAUSAwormsfortowoiawacvauiwsmwiiMountsrvJWRinittQRmmTOR4GTHCMWORRCMWMFSPAMTOa.STRUCTURALKPP9T1CUnW*OHWAnC**TDUAfCSACKFU.CCMROTMMROOTMCUt1&MCMRMimC0R*MCrarSMMlAf9APMfrPTOTt TUfrOT TOmrcMmnv«««f«r tMmommtMiAtMmomrawmor OMRiiTtnxrwtMm u KTOjMjEUBKMtt TKOTSPWTOnOKStVVMWNTKSWUMMOTiRCKNTSWliftftffgphniw1MUMRWT«4KTNCOD TOtf PROY OTO.TOORMRMMUAYNdCAtlKOUMSCNtSWMtHtECtCDTOSS“n AUOMULCCktreRS SPtCMrsqumgmintior oocrilS®8®Ticnl<eosmucnoN speoneATros am m*dcpari or thsSMOTCATONAN3HMVIKSAMlKftCSATOtPftCTMPOWUtR’RtmoOUCCD GCS3SEBA3rdMlndmiwiMw urlmaeum.JAMMY ANMltlUATTOCR OTSftM 00lAULtMCOMPCMtNnKUARTOMULtPllWMtttlOK.CMMtl TRASwttMFKTOA MOTtTOCDDOm WUCmfftTtTnLmiCOMAL.ACOTFTW OY TOMMZR ASCOMALRICMW1MOSRmwAWlOUMKNT•TOSCOOTOTORSAV JUSSTt.Rieux raoiuv siqri.adsmcu.vbsiauNfr eoMcot.mow mmjmmSTRUCTURALMMM1<IA9US CHUffCirni.FRTOCTORS.CTGiNOCtfUVRMMSlAU.ACtMOt.ATO witWON. if.gys mvmi *1fvmsts atoptosgtow mwwopor to u.MMESF ORAWSfrt MlMRMRMtff ATOSOTOTnMfr WLluMATO pfrfrAVS TOTwCTBLARMfrDCNfMDlDCATONSOrIMOMLSATOCDURACNT.WWMCWOtDOTRTAPtCOUPQACNtS.APOTRTtNANCtl MORtUTCDUtCRLtfflfNATMAYNOTHMMAUMOWRYfft»W GOTTUtt TOWOTKMLfrRW TORCVmvOtMMRMflISTOfnVNTQfTOmmvhoamobvwcatkmb10 ti CEQSetfio YHiMMevRMumAimiMicreooROMnoNMOCOSmWNNOWNER.ANMTtCT.OTHER TRAfiS*MMOt.MOOMCVtTVCONTRACTORSUMPUUYtUNP«AUCONTRACTDOOTONTBNOW Wt TOTLOHCD80.frfrPWMNt*MC.YORAU G94RALCMlWCtMSlRwetURlL.UCMNULRUKMl tUCTRCALAW frtaUTV CONTRACTORMM.MMM TORQUSFMN,COCNMAtt TO WDMWtfMAU CTOR TRA0C*.1AAM3RVMMUTV FORn«raorutHrnMO or wrimnto tk duuwoasrarmowvtnoui hiuviamceWTNOfXRROM.enUMMAMOVCW LOCATORS.WONTS CONCCTQR UCTNOQS.ETC.MTW CCMAPMT TOTALLEDWO OTMER ARCMTtCt.ANDOR MtROR ECWCRramcntmmoimkcarmulxmsqotutionshtxlayoutsnccsedtcHCVUWC^ruerSWWOtMN WAGClR CWLR TOrROH*WCLSII>TOHWoxcuTONOTOwm LM IXtfDMS AUWOWBRLOADtCFOR DOilCMRUM AMIASSUWLAlOa IK FWOACtwuVrROKCXAiTtfruuicACNocerccorcaratnaytoyscshowninMM 1.11 VOWT&MWRl OCCR AMI1CWYML SUS.UWMMONSAW COMDR IONSKIMIMfWAVWORKMfrCCVMWCSfORMOStfMSlSHRIHtMWMTTEDTOTMtNQMSRHRIttmw. Ml eO4CCTQ<l>CORiCCrMxCaUMCkT.mTM.AMOAMCMSLCSPROraCOVr&WJWtOomeanwou.am11»cawxsmu *iljguarctcng wtw so DOI HTWCtlMCI ««C9niNXSYSTWS0v TNOSSKOMMMJHOVURmCsviiuawMCMMtm^ieiuY nmoiout*wpCRMwiva mm tramsH4*M vmu woncct—rocsawmotmitww for ma numcsTCMSRTTHOMVtraRWM9AMVKMCAUYUtwMTMRRIQMLSTMtnmU»MCtMTO«S.RACK STARIMSNDVOKQMCt SMIOMSMtPNMMM0K)M1><RWtNLCMtCM.RC0M.N»TAU.ANOC»«Lei IWMRUM timmAL MMTV0 W MSmttMRFTIMSCnOResmMIW0RAMWCMlTBMeMPAUKSIPRMltaWMAWMMEMMSMCTSAXmLIMSONQMCRSMU9MSWMORaMRMOSMOnCMCMMMfromICRC0M0MAMOMVHTWCOVWMCtOOMOR*!MPIMA RMIUNACmMNT Tp LU M—vnvWM Ml M^Qm'URSUM.'SMCTiVVTaWraSnKZnQmnNMI*FOR CCNKMArOfARRM TOWDMAMAA 1RR MXSSfrMMmAMOUATCPMTNMSSTnwCOCQWRtKTAMWRIkAltMLSMMSEENCOCKMATVDMhlOOCRMOMO8*AClfS.MauQRl0JUMtQAMCAU CfRUGtlMMAMNOUMMHeRMHMMS.I*UMSRIRFRCCVMAfM »WU WU-MMOH Ml AWM UPONCCMltWR9COMfWCtCN WARTtMMMoirfR Wit*MMRTb&SflbrtSiGOuRAfTLV frCWWO IK UTOMUAMCOURKWt ASMlMUKlraOWMOmAftORAWWTOiMCSWSA*US>CONfMMOWIOQMOAMMR0LORSMTOOAMIMRTOMTNU0WNAC*CRTOWA.U0TM0MTVNFkcomfrGAMfrVCWTYRURfrNf. W*Mn JUMAnRAUAM«0mMMfr9»«UMQlAlRMVttor0RANMMM9CanTtWZhMQMOATSorAAGMTM9ovomrrscmnmrakmworvrrntoaMdosmccKcoionminmmxn.tk mtmaavmrmlst oamnctD toAOTOMMPtTOKWUMCNMPCKRYRRtMB<NT0r ho PMMMMAMSmRGSnOMAROOrtRAtWWACGQWMCtWONfKOONTMCTOWSMTWetBOMlP<MD T<MTMIATOMM*IUT TAI TOOOMM OQKTWhCTORWRL.W8TM0UT SCUT AMKTM9UT COST TOTH0WMR.PR0VQ<«mnV9 AGDTXMHtOUnCNT.MATCRALMCUMRRCMCS TQOOMDCT TtCOOTGCNCr«0COMPLT•rauvcsraAKMDrsornctMMVTOAMWcarcAtcMB.wKKwcarcoSOUMNTMSAtfMM«MNMTUMMCG TM TTO»9 fMTOuMMtttMMLoowobCkaimaomnNUTMMVRPwMurmsowmtimMrtMiWW1outfrwsWWAMLMUMSAlMSBC0*IMlACCSPUSCC tn £CLCMMKCL com*mmau VTOOnstTravT*iNMta ecwuoctMRTBCAHM^UOCPHTMMOOCMCRTl «tA OMAfrOQNMOAOtMT TOGQMIY y<tmAAfrmrcNN am avvcts or srmatcm9w m»ncsmsusONocaar.P99VCOMKWATOIDORTHCOm. aaas IM rmWATT CONTRACT OQCMKm VOCA*tlCW WORST?MKRAOMtOrm0QTCiTKS9wV0tMPWMl»TN9C0WnQMk tWTTW SRtHUQR TPMMT1W0ASVOStCCRCfMftAARWtnitRSVWOeOFCmi.COMA*KNOW frCCSVOMn*CONTRACT DQCUNCNTSASAMIMtMCDCTOO.AMO CtNSTY TOMMOfAK MLwokorcacmownwamamvcNTfromtkcontractpcoacst*or torS0tKtITONMmTO.SMTOAmvMTVrAMSCraATABWRRmMtrDSCRCMNaCSrOtKCNOBCaiMOtrtMSCftCMNQCOTDtnWUSCAUOMBrORrM.MRS TOF0TOW VMS—SO SM YBTI. UR CONVRMTMtMSMNStamtl MNQ SUBMTSOSONTOMMC*MOR TOKWVMMlOJCCTORAMNarVt&RCAnQMlTO AOQtNOA 1^1 SI 11 HQUUTMRJSSMAM iRTKlfUSt.MMOtMKLUVTTONUQRTO WUAD 11 14 14 11 11 peFftAgTORt CONTACTORSRHAUSC QEET1NCAL1V MW WTN<0*9*JUTO1SCUCtDRwItSTWSmr. tn LIL LU IKCM.AROCUeiUUL.VCQSMCM ORAWMSCOMM»1MIDHWNB.omwms.AKA WMrCtfrNRtQMMWwrSMttMHl*HUTT orhu UflTOR STMTERt SWTOtS SMUK UNMMNEMAS01WAVmwuCCMTMlYlUWOWn<0 WONH*MOTMGMTTOWOfTAUVSCUCTOR SMTOiON00*01 0VMTO0MCS SMAUSC SWCR O<RMCPiAtt AfefrCMK Of T«nuMENTSUNS W*MU£P. MXEfiS AUULCWseMlfrJWKNTfrVIUStflALTRAlttFORSAAaNGfrCNaSSOrTkWsUUMMMMSLETAUTCURRENTCALO1ATC0TOTOWNATIKCMSCMTCCMSCnCMMSVTMlW»TKMTO»mRmT0il NfrSAJMWARMWUM «R MC FfonEAMMSTOfr v<frtereATQNSeONTO frONTAMTnrORMTTOSTOlWiMMTgfcEft^WWHAHA SMSTTOK WARTON THSCMRACTORSCOSTS.DObfilSIMST ASfrCW TOHKLCCtIRMSSTOSPEOneATEHlMMStDrlWMOUMVKVCWtHTOCtKRM.NOttS C^rfAKDN0MUMOOMFlMMTiMrrTOTOSKCrttATMPOOR.AMOMCOMRAMCN TOMORtSnTOCRTROMMMTOTOlOMTO MCMU SCCJRUHAYMUKO ONLY MmSMCTOKlRACSONNA0M TO TOMIA.IrSUa UM TOL StLMTtt TOGMCUTMO SCUHMS frTOtCCNPrtWKVWCMCCKUtTOURITOVtTWpCANNOTNT.KATOMAfOmamSMU MCONOJTTOTOt. CQMRMCBfT.NArWLlJSMR WPClOL SACN SUCHFROPOUL WUUMUMA OMIsMmmoNtosncmireroiTOTOMctosuMtrurrtntotomtgrwtoTOOWUCA.MCUJ0MA4L CSmTSTOCHAfrststROMaumomrsop toOONSVMR0N11MITHtNQMSRWLLRMWTORDCaiANOTOOUYDTOORKRIfTOYEMWWTOtfW9DtaATOWfAMftRKMTOO.P TO YX MffrTO MACCtFTO.TOP tu9MMPTTOtRUMLTS*AMSMKMM TOMHMTOOCMSNOOOMTOm THgmrocsrantomrmkwssmauossludtotocontractortotowyckiro SWUW SFTTUPStPQMTO PWJfCT B SQHBR1 FOR TOt ACSrfPTAACP. TOrrYHWtem SMTOCSMaU.MMMM.OUTVUP toMSUMTS,mtowtyaEmiwvqEtlnn«swcrcxs snauatoepkrtokacr-atimuAMorscrtoccupmdvtkaocoucctcqi WTtfrIUPttR,ARC*AUT 09CMT HTOTOTVR.m FUtrS |WYl MML nfWWOJUCMARr’m.TOOUUM MtRCWWOEMlt SETWCERFRTO CiMTMSTANQAADPACTONVrUWRDWUIS.WMX L9G4VLS MWBFVX «TO<f WfHHQ|PTO AVMSO'tACM W*VWO. HMgflVYRj HwifrOFMRI frwI 9 TTO TP.1ITORM W|f>1MUMMMRSfilNOtLwiWtrmMuaOTORwciuonoiuouwnoonruosmimarWRARONMATORICOaPCCTtOMTNHMMCCN0UH.PWUSK9 TOMUSURIOROMRAMSOMNOTUKMOKNATTOMAMSM jMDttTM AU MRW0 M«USIHCTOttt.ffCSAl IDW4AS POSRUS MSSPTwOTWttCUTVmRSfttLMULAnONfrftUMISTOW*n1*01NAYIRUSLpWMV.MPVCCTtO RUN3BUX*TDNSw PASCKPUUMSMUK KCOSCURVCAAQr ATNWMRA4r.VRWmWWRROWSAAORCFRSfrMUMUSTO AON AU TTOUMONA0STRAAMDONSAAOSTUMPS.RGBOR«C tMMOUV WITHIWOAM0NTMM tWUKUXPHAULOCATVMSACRELVOSU10CUMMTSORMJCCTTOTOrtMBUAIQV.RCOR1R0O GONDUtflEUM WOT MAUMHMP4M WWPtO WltP WKPHIM*.TVPA MHRMTORVNNOT AKGMWn.W^CINtfQMMA UlWUOTOUOHRNONKTURCRW0T0RIUAASM3AYORUHQLOuSVUIlRWHSHLkMUOHMARTSCOOJf.AUCOTOUC SMElMV*MlCONOR UTOMMRt TOTY. wwapfWRR TORS SCwat4»MnMS.<CtPtMMtfejSMMLKWKMCNWOTWMrSTYLEMPMMSSAWRAltaCOWMTU SHALLMmaMMCRAAlOPUiftCMROtNAUMAaSPRCCWOtYMWnSCrCRPmMOROU4N1R>WSfYTOR TOCMEMOftNIOT WC«K WWHOtWCUUVMD TO TOCKKNtSSNMLMKV*ATORM00MMCCLOe><AMCMM TOSO STO,SOKCMK•*’SV UAORHMIRV ARM NATO TOKOO MRK*ROHS fr APMCAAS TOMSMUn«A AOaTIMAL ALOUSCNUnS. mm AUWWMMLMCOFVCRUMSSOTOMVCtNOmALWRtSMMLStIHUWOWWYSAar?TOIAMm tM»IMMMMCHUAMR SNHIMXUDPASCPWT1KUMMMWTO(ACHRMMTO*.ACUTRAL frWlM WMTE WmCOMFNWMATCMNOCOLOROFMMWV*.TORAMS TORAKlBOMDSSHUHWMAARAruAMSCUR»r COWAIUMFMOTOR-IW NOlta MMeilMCt AUCOUMCN1 AAS>M£UTO3 ACCEMBUSV TK AMUCSMLL ACRMORSIUrtDTOMTAAOOTMOCPPIACCOChINCSWfCNMOMUMCVTOMmsTM?.OPfrttAS OPvmAK>A«UPWNtfr«M|A WtGGMW. MSSULSQEBML PROPOSAL mauMSALOONaSWUMCTURSRSTO MOCtLS asunQn3<nrenoui.«<MCAtta motor awsanuTmauuutsaiwruwofPTOMfrJMWMCHYSROODTOMloat*CLOCKS TOMLOW TOP PC*MCONnmUlONOPFROPWDatomt*ano suuscoumNOMICARC*to AU OTORSfrOMSMBKlWHSUStnrunfiNUOTfrUPACOTPtAAEOSTtMTOnONOFSKSTnVTOCQUAUTYsunRMYWENTOSNOSCni ParJTOfrff STAitfVWA AUMTWLSJTOCWW<T«UUSEWW.TOor TOMCXArUAMITVAWAAALOTPLOTCATOaWOT*UNWKN1 frUU.ACTOBTWXttXlTOKiMStTOTOSMOWUttUOtlCOrORtKRNfTOCPTOFOMSYARSCOONOOTtSTOOAOSNCYKCCPTAMTOTKAU(UL.CM HLmi MCMASNANTlLCMOMOTA *«tt AMMRACRWMSMCONDOUWOCAPMU9arWOlOMUNtPROGUCtl.UWMMStAHQWWALPlSlMttSSSCOMMUM qByT AMMSgl UTQTOUTUAMOTMEOkMMMaKIRC. CAVON«VVtfRMhMKR.«CNOUL OCOTWe SEMENS. PMiTOg.ijgcvnx ll OWYO OAOTO AUM^UM1AM)KYS1UMWUOTMR ACCO^MCS MTH1«gfiaRMNTS 0»MX MHCU TO FTOU.CMCaOlTOTOLNl OttM*CaWCtURMAUMVmW TOMTOMWaRTIUGPWAYt.VTOMWATPOOROTOtAMPCaCimr»<7«frSUtATSOCOTOCTQR (QMSW WTOfflI0WCTROTL 11 11 11 MTWOWA^gilTsaiEgaTOD ToralWWCS TOTMMtS ctRwOT TOTOSTOCTOUiOfIHSAMMCTwOOMHTOtMlMAl«*CTOOMMOUMETONriOWKRSHALLNOTMAtSPONSaAPQRttMPOWlYFORES9UN0C1 KSSUWfi£TOWWMAUM fetAUtP TOMUHMOAtMHTAROin W TOUKEmUCIlmlmokmtowomtouStMUsupportedtoBOUXYU0TO1SD.ORrSSAKDT*WRpMNFTOISOMMAMOfr««*UOTA<TXMKMAfr«LHIXPTCtfM*HNNOTOT.CENTS.AOCAifrpNS.PAMTMLATTIRS.OR OTHCHlOTCOAAStfntS. UTYJTYtfRHgl ffWaP0NIR A>CCCWUUNCAR0NSSYSAMSHMCSS«ACffSwgOHrH TO A0UKA&MSV TOMnTOUTUHLl ON1RMI0MTOpa?ROT ARCRAMSfLOVTOlAMUMFCNML WW FQUPtWNTMAOCORDMCKWTW«G PBOYCFDUMVMRAOTNAY.SCRMClUaKS,GROtMCTO.ETCAS DRCCTtfi.FORM WYVIUSAMO OtSTRDUTQNSA11V ACRATS4SNULWHO **ANANARML1UMTCURPDITTHROUGHUTUTYSUWCETRAAAFOMCR.GWACTTOTO19UIWWSTOMTAMTM0IRPCTOIMNTSVWORTOMD.vnmWRMGSTOLFMLAUNWUNaMOCSF«CRY OTORSl lOGATOfr teCATSDlOCATONSOTMl OUnmTOPOUPWNlMW ©JSJFCTTOPPMCTOHKLOOUTOSCOIRWUWICUTlitSTOPMNTORCOTPCCnOHPTOTUPTOISASTOUTOS’CN0RCR AT NOADDEDCOST. 11 nm iTPMWQ AUPOETRATtDHRCMUD WMACfSSWU.M AM SUHOMtMMWSEoaZlJStttUMAHTSMUcTtDwmmMOmCTWLSPUaPlCATIONL00NOtCMODMMMAAUOTTOLlSURPACtPMTIMMSDEPOCCNTONRATINRCFMOTMM,MPtR TOARCMTPCTVSUl WTOlOIFOR OmRUMTlON 0V PENttRATlQNLOCASOMSTHKUfrlPKRATCOAnOASUtt. n.PPORTSTOmMMftS PRCMMP*MMDUKKCKPSnCOICRfTEPADMMAlHHOMMSUHUbcOMtCNT.CSTTMsa7MY9OEOUF»<Nt fOCTTOMf.TOPORTAMAUMAURMCRAYSCAMtS.DOTHMDltomRKTOI1MDDCMM04 i<fiCCUaKUXaJUaaEa wti^TOicf MLanruwustmoKttmtNHM«UmCrS^n«WM0WITHLN*WFTWAt ANOSTOL StMIMDMfMISCUtCKCNHArtEAWTM8MK10WCRMI11VUSHALLOIWA'UIROM.PTOTOnOMSAT UTOSQR WALLS SMUKMATOMWGOT.MKTFEKTRATTONSSMUStTOSKDANDCDTOTCRTOTOCDi 11 RACEWAYSPUSPCOWOUQlOuUwGQPAMRMOTTtMFtRATUMWJTOhONSMtATC*TON ST*SHOAMTO1AUSDWITHOTOMlONMTYCt. in <£Dmurei|CCNTTYAUtOUPKNT,frWTCl MIMO ORCUTTSTOCLUTWCAUV.CUvtfcrHitDjwurt wonnauMQ ntohatsi rotssmum mamuomtnPTO.JM8CR0UBMMERSOTMMMNT KNAOKPTAflLL AM4CUM1MfrtMAaSWUKPASWCOWIblAlMMMOrTTOOTOaVWlPMClWSCWSHUStTWtD.CCHDUCWNSWWt MTAQOfO WfNCMUir«aM«MATSOM*.AMODTODQXLCMfr auOUTUP SMSM0NPMMTONt AMMUMBTOSWfr.PANU TOUfORBSSHAUMhHU CtNtSr WOOLWCURIfWKUfrHMOWMUNMONIMASWWMSOUROTAMDDROITMAWC4 LU ULCiaS£99Mfi3MXaAttC&OUE TOTO QMMUNMDCmTVWOP TOOTTONwewSvtsiQtcTGSrHQM^^iprpkcr.mxccoflosiATEMTNAUQWWSUSCWRAOTGRSATTOSTMT<P TOMTOCTT0 f*W AM YERFYiMM'frMRUCR mtUatORSOOTTONlAMMTOmOADMURCTISCUSOUrMhNIORPARSTHROUGHtMDtSDMTUUXjCTREMOTOIMOTOTAMNWUMOff-TPPRO4K3MOtARMAORDTOALCMSAGCPOPATOTURWTOROOKANYRfROUfWDCRMftOGATlOTOPOTTOSTOTACMSCDVTWOTORFWLSMLCOMPNONCtTOCCCMMfrTUnS*MLLUCUCNRCDM WWmGNOFTOMUC0 TOVKOCMQKOOHnRFQRHJRTORRfVEW.AUPOTOTO MYKUNftTOTGOO.nVGTRfrROMfrUU StIKATOMOTSPNTRv DOOR TM SPMSQf*RTO *0PWOMCRFROTlCTOiFORTOSUCtRfrROTORPASFLAREOTOKNTtNTHSNOTOABMTO©vm*DOOR ANDAMIDORNRRMilVMESCF TOROTO ALL WSTAUAftUNSSHALLSPFVUYCOOMPHTOAMDNSSTMLTOMI LIL ftfCTfreMlT^PtRATEOFttWMT HWtAnONMOSLPmvnON fECDERSANDCWiaKuNrOT^TtMlCDTOUAATl&rSKQWGTtTO^KOT CEWC0wnonarwncNinmajsttoNiRMWdcetoutantaimretROMnoSUFPl&R.TOORIQMUNIMCMDiWtt *CH TO MPRORSATS TMOT AFOORDCTtRMMYMATTOACTim.WACMAJE UlCIIUGMREQtfRnKNT*WATCHYMBOmil AU AOOTOTM HCCTON COTTSRPLAITOTO TO C0MWCRONQFPQMPUrNTiMsCNYANPSRCMTOORDPWWUC*1QAT>ONSSHU19RPVOLWUNWTOCCFanWCDTOTVMAlTNOAOOVnDIWlCOVTTOTKOMOTl LU IM namctxMBAjm conduct wcmtoisvwrmrupron or otodotokomoMHUSOTUUJM.FROKt DNTOMCS.TOM MTOESfTAMOiT84AMIST0MWTOSAFETYASfrCOMFORTCPPAVRDMSTAFF.ATOWCRttRlMlUU^PCOR Of UUSTM3FfrWlR CTOKNCAraa.ATOCR mt MJWA OT1UU««U9PEAfQMBBOBEY AT SUM ta*SASCMCfODVfrMCR 4R ICTOCNTENOTCEXOUTAOt*TOLL MUTOCHTMT WHAfURf UTO OTTOOUTAOt |CRMmnONaMTOaAAVPCttATOOFMfAMfiGNlUOUTATOTOHADE40110AWMUMOrrORTYCiQNTTOTONNTOMNCG AWUM.MftlWrM MCWdlttM PROTfrEAU MSOTOTtDCOTIIPGSTOO PARTY TEtTMO CPALLta»«8Sr«iScTCRD.CMXTOlAUI.CTOUTOMUICOOBTOUTCNSiwvVVIIMMPORTFREPUUUTfrN.mASREQUREDOTTOKG ANA ATOAUOT<R WW©AlflMQRrrCl. Kimley»>Horn ZOINFRAmJNSTSUITE1400TAMPA.KS3K2PHONO'OT3.t2Q.l40QREGISTRYNO,IStQt 20250 SUIS GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 66TH ST.SOUTH MIAMI.FL 33143 CUBIT PROJECT PCPQ DRMVN RY rmrrtWDv Owww _ RCALR <r<v< DATE.TOWK ELECTRICAL SPECIFICATIONS E001 Kimley»^Horn CUPff PROJECT WfO E201 tuawn. WMCI M3 jHSySt UtMUM GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT LEVEL 1 &2 • ELECTRICALPLANS 5800 SW 66TH ST.SOUTH MIAMI.FL 33143 JOINFIUMOJNSTSuitekooTAMPA.R.1X02MOKE41X6M.HC0REGISTRYNO.35IM »80 ;p 0 0 1U 1 *~l KI /-A ENLARGED PLAN -MAIN ELEC RM x~/w»w _i -i ~ —- •o M * । । '* ^7=..-$£- v OOOl ii LEVEL 01 -ELECTRICAL LEVEL 02 -ELECTRICAL\.V w»i-r \*/vraw GENERAL NOTES ».roMktmxi km aMJM.MO’U.inaajMoim«ioa *mom MNMTMCicitkiirriffmMf IW mmnoaaMOmote*uui*mhm«t*«•«mrwk*KNcnuflox.oMWMuacoMCKnivo«f«*roNMtOiMtintvorMMRunoH*nMicxtnton*l c.CKtnKMiucn*e*<MicwotfMeHtaMiNCMtouMMRan.mlaouMnawtcmw*moAMCTUHIMlHuaCCMCCAfO.BO30!RMiamoeaowtiueiiM».0aji.tK.MiH3iTrM<MMi«nbH FtMtMMwmaM r>««MxtccTaioiMcnMTMIHWM1 D.MLtUMOrtMUMNMNOMMIWM*MH*MllU.10YWOMUMWKAT1CNMM01«MUMIMIMiMMnaMACHKTMCCMMCtMTHWUX.MTttOMOMWCATOC I.n*ONnucrc>Wfr«foaMMK>«satMt*niuCOC<<m»lm<wniMl MCMftClVM*l«O*MCM HO0U*Mfmmwn«UCMCO0OAAAMMUOOM"WM TOMA•MMMOmoa TOMOOMMIrt0»MITMATMMAi r.McniuLraninuMOMumoiTiMMTMMUMOMuncKMttMKKNIMOKOTQMKXMOLaUTnA«OU<0«MMTtOURMKMO«MClCY*nMKNtMKTIMAN* 0 <OCMC*«>r(«nM90CCHMO««M**n»UMMO«MMMMVO6MTOMUU«00X1MOMOOMMOUrCH *MKTUMCatCaMMTIOTaUKX l MOWMtCMKTlMjnMMHMCtMFMtMMMaMOt CHOIR. 1 moocoMincMOMriMnwnamctxuaiHUToia'0 T*A'M3.4M0lORnoOMOKMMUum<*aHMHl. K.1>«nr>lJUC1IMAnCH0*UM0«M0<MORl>aM u UMMiiNuiurniaowMtKciMMmnationIMCTiOCITDH0*con0COWOCMH00TMlomuiamMovommUhmhio«tton, m.rHjumirr.mrMtrciirnmmnctWTHa rr«m.rarlunda*n*w oa«cc*taanmmmioe*nmfo*walUMtt* or iniHinn it*TiowTii >t«iri woiMtointmcTMouerimmohmmccitetoMmumMMMSIIMtUCTIMLCOTKWlMUtUOriTWHMCcokaufraHMOHMo^MiMcimKcocntwrai*COMnetMTMOMtU*MCM MTKTOH TOTMt 0C0 TOH*kMH«OOH«WSMTOHIO <»*T.HOMM U*KMHTOROWM01IOIH«<»*»KOKHTMOMMHC •URLMrrCONUCI*Hn«•*»0tkCTOMOia o ortH-QMmaMrn.tmjwicc—rcmnionriijtf *on030-TianCl MUMiM*lCOOOttMOCMOuCTORX«SIWUtOKCWKMcaoMuafmwettmommtannonhhokvatMC0HMRMTI0M ®KEYNOTES-^^nsDnsssazRKsasrsmRsmisrsWntMMHCUCnM.IIIRKha OUCUMCt•miwMmo*.choumo nc.aceiou*cmtmctm•mu <<xowiuxirKx0mcmhmOu»U0OHCOMCtMfo<IRK TOC0«n*ICWM 1 BoncMCI*U><aMirr*OI*K««0B*KIMV.0tcn«01«N*IW«AMUMX*KOHTIMCT«ocin»0loiMwn a«ch *ocoonueM* i* — to DUE mmihooancncHrroN GENERAL NOTES Kimley»>Horn GMUTMCMU MWnOCRJ c.t«xpuuiaxcmcftv«ianaMtftMMCM WQ'W'MWATOMMUVNN!©•MTV QfCTWCMWHOWO gQUPWffLOOJW—MU tcAUmtccm MMCi •linCMlOtf IMOWt atCOTMtf «T»19 MJWflHO*OkPfTOT>«l|‘mlR» ifCMC*awwcw W4i»nw QUO] GIBSON-BETHEL COMMUNITY ROOF PLAN -ELECTRICAL E202 i««mmawore*«1*n«canwcvoa *muWTM1MlCOUTUTMM6TAICTKCRCMC*WMfXULUmnt«tm»UTOK CDOHMMKMMlAtOIMOMMMMaXCMCNTl.nai<CM»t»ictuocAt«»itf»aNtc*cmscm*nr»«n« vocca >oMtTMi eoMuimommm*tec»raaanacroMcaotccimumimimlatim MC1KMKH*I»«UMMMCCMmMKSW»K»»W«»•NT e0W1«*C*»*T.C«M.IMIMWfMaaKM11Mmom»<MtMrecr onaMvn ctmuu*«um MimoMtMiQKtieummm CENTER OAU REPLACEMENT 5800 SW 66TH ST, SOUTH MIAMI.FL 33143 20tNFRANKLINSTSUTTE1*00TAMPA.H.SMUPHONE'S1S4N.1469REGOTRYNO.LSI56 «29« ©KEYNOTES 9 J 4 ffltiliHlMOWOA COMCM•rcnmew <motcnKAfxiMwMttpucacwvH*itcmai>eaFvfwiwtft**M*OFRCWNQfS WT, Kimley»>Horn WlUMluen, I E300 ELECTRICALSINGLELINE DIAGRAM GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT niwnwoMiSTSUITE1400TAMPA,fl93(03 ntONSrPECtSTRY NO.39199 20MO 5800 SW 66TH ST.SOUTH MIAMI FL 33143 -Tx SINGLE UNE DIAGRAM*y as*- uiutwii*rwaUAtawvocaliu.i —.»>•»*iMUyl |m| Load Summary 480V-30 Kimley»>Horn Ml HFRANKLIN ST SUITE 1*00 TAMPA,fl 1KC2 PHOSE REGISTRY NO 3S1M 202SO MAU GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 66TH ST. SOUTH MIAMI.FL 33143 ELECTRICAL PANEL SCHEDULES E400 GENERAL NOTES 8UAOI। rnr-—““-ti।;cusd^; I I L •—-J (1>LEVEL 02 ELECTRICAL DEMO ur-r-or <1MIUI (> r —————I I|ajoui<*>} I r pBJ z\ROOF PLAN -ELECTRICAL DEMO•/vrTn? A.«MA TOMM UflMM ©Mftft WtiMWfelANO wruft urunto»wt otcmiGimwmkucmKWTBAnAOWCMbr*C4MUT»lOMTKft TO «QUU OUMOTVOf PCWlMlCNiWMWW Aotaft A ft eMR*«fttLKTftKA*ttCWOnMDU»*HCACOMMENTOMM.AU«WUIt.1UCtWAVUC**«.AKOAftCTKNaomVWwCA©0QglOUWAa WONTMTOXUIftACftWAT.CAM.ETC,WTMQUTnKMWR TTVIrtnuaidimant<aachrecv atunncroRfRtfKNtAMft ft AUMUeWNY MUM AM)MM TXAMoriMnaLLimoCMCLAM*CATIONWML TM CQMftAt^tM0*11HCtMtMlfOMMNlMmetAOCOmMCrWITHMVA.MSTMMClAtt*CA10U K UNTVMM€Cft0OYftH4NAUMAM*CMCUTft 4 w««sewjunMimw.comuctcmkm(mmmmcmCROAT. 1 OftMt WUftCMWOMMAtnWMt KCEPTAOIWTWITOKKA^A AMCMOmONMAW WR0UU1KN COUMftMf. ft VWVKXACTLOCATniCFAUWCNWGALMBUMNOiCMWftWlWvvfc»front*Miiwcm uwxhm ft COMftAItRMAUAnCHANDMOMOMcuracm.RaUQNOCtACVLOCAVnftMA«MVa OCMCnoft 1MW*PCIQUMiftNlfum&ftMAQMMMMHMfl TOADUOHR ft ORMtvr ft ntOAlCACMMUMMY OONTftKMMl^ORIWOKCAMWYOrMOftSaUMUROMLOCATIONHMMMUOMAl^L ft MA B0W QIMTIIU AGOMCTL<«ftAAMMPHOltfMDKVOMMft«HlMLCU»*COMTHADUCT WUMTtDBMW.KTXCTQft DUCT UDUfTW WOAtCCTtCrW HuMRAMMOOf1WfttLIMfcMCONWCTUftRMMtroftTW HWtfCftMMCTOftMOWMD«T Uft UOCmCft CMTftACTORCCMC1DUCTwownoMMCtUCtO*T01»<ft&HOtDUMUMWMOWOftWOMT.MOW ’MRQWfft TOTk*WM*CMMMt AOUATOftMQ1CR WRCUQHKftMMUAftTCWACI>W»C4UCK|KftCnMftW. ft Af*tftTOMKWWCALtOueWWTCOMfCTQM&CMftLlt WM0»ODCOUOCIMOOUIUIUCOMMIt.MOewuetoiMmruMiotmcwmcmcaAwurrMOWO»r0W*M wt fOAMWNTbUMMACTWaAFCGMbMWATVM. Kimley»>Horn 901N fRAMCLM$TsumKooTAMPA.R 33402PHONE413.420.1440ftEGSTRVHO.34104 2C3SC b»»W<Mmi III IlMWMMvnrMNIllNtNlRWM***«M•«•*«IX II • MALI ®KEYNOTES"^^^ZcrSSrSiiiuciwwSAoCTuwlirtwaU4WMC1DMUftmmCULTAM«*Kf*AY»KAMIMCiHKMKMMMOOrtNAT®TOMMKAMA0*ANT andAUCWXJT ao»tutaunaMAfC«W1»tm?wIM4 tm<MAQMWft fNf KQ«rvnwKMt. GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT S800 SW 66TH ST. SOUTH MIAMI.FL 33143 CUENTPROJECT INFO — NO ©ATf DANUOUAmatFTCN Mtmtffity , DRUMDr amttar cmvw ttm tM awm __ Mftfteiua UMwm mniMr LEVEL 2 &ROOF -DEMO PLANS ED101 MECHANICAL SYMBOLS AND LEGEND - AIR SIDE ta^ DtMitmoN ujrnvm>ohmo wnnen hica wiam>Am<<uAHTn« telSti-•mmNam ccitao <a«u.««xtr am>amouaktit» IAMAUSt NR ClARG CAUL KCt SUL AFO AM QUANTOV-»a»S -m V NN RDCWAU CWFUtCR MCA SUt AND AA OMNTlti MAAOnilOUCT HrL’ro rwc DAtrtn to SAFUASDAMNR rw COMWNAIIONFWtMK»1(MM fN WCTFMMAAR DUCT SOI FWST OMNUDt.a tot SHOWN Uiaj OVAL DUCT Sin FSU1DMKNSiON SOI SFOWW ROUNDDUCT ttft M Nairne cnci rz:::?1ASMever TOM RtMOVtD IM)MAWuAL VCAUMtiULANCHlDAWHn M3 MJTORkTD l«AARt A MVS N*HCM MU*«Tp«MU t'ATON—•DJC1 NltNKISRWL MULAIIDN y -rr'SULWW *0 tovsnDUCT TAANSni M 0 •’IMD f 1>OW wrH Turning VANS t B M sumv w duct i>down 0 A.M TURN AM DUCT WOOWN •A r<»*vsTAINDUCT urooww WN WAV to*MIHLUC IM*KAIH-COA £?VAV ROA WITHNOT WATtR CG< S WAY RUI WITM VQ W ATW CC« MECHANICAL EQUIPMENT TAGS MECHANICAL SYMBOLS AND LEGEND - WATER SIDE MWkA AMIWVUnua DtSURWlON -CMWR-CHAR CHAUD WATtR Rt1URNFTINO —CD CD CO'tJt'MATC VAV ACS TAO tkAwnt XM«U WKWftkjn MECHANICAL SHEET LIST MLr»W«<>L IiW<K|AIMMi HA «M ANUWfLtLU<UI.hmIJuviMut/hM'Ai'WTwasrwLBr&Mhim MIUI uluuM a Due RuC7Kan MW 1-.. MOM -i.«IwcmaaRTffS M.UC W l<U A il fii1 »<•Ml <IIAlSiV n*£Tta'Ai Midi U,Ki.lh »» M"M u A 1 ...fl->U<M ui .w.'viM >1 ''“ UMa*waH«*NRiMt'KM»0MOi>i>4acvcM>>«)'ni^to Mraocci tfECH?MCAL ANNOTATIONS swam©Ct IAA WKAARCr CAUOU1 tORDt lAt MAW •UTTUM C*AW*MN.SKMANLA. MllXAWWlAllVT tUROTTM MUWA" •UTtOM tmAt.WG NLAWR VVHNUN X ROC COMCCI 10 AMS'M3 G ccaaouaH ro fomi mica-w MIIWHl 0 IWCTvfY NOTTS AWW*IAA AR <r>TW IKNMDtTAl «•HSIAS MUMCISTAT CAWnNCAOJOLX MMSOA §MOUMMT tM«t« DUCT MXNTtD NW pent TOR ttWTRATUW ttHK* 0 •MMlb USkA Jt lUCNnAL K«1SUHA SANK** a STATIC RKtKM HMOa •*NF «DW DOOR LAKHACV1 MECHANICAL GENERAL NOTES 1 t N »HUM ci IINt r»<V*inFn |N«UMMAYK*SUCHM A»AU 1 DAArtV«Gl SlTf FMOTDS QROtKNVTDSY TW KWHHAM DURHOHWTVn«ACCURACY D»1H€CMAWFFU IS NUT UUAAAN'tIO •UT ONI V TQM INftCADK)TO tw W|TK LA*KNOW FDGF TWrvsnvi&ntFM^mt tw contractors RfWONS»KjTi TuvniTTW«TtAHO*«LDve«OF»••.'RIUM CONTRACTOR'S |TV Tq MMF ADA^|TWNT‘ TO THf MAYING AF MRf QLVnD TOMA’O CAMTWO F<WCOK»TKNS 1 TW CONTRACTOR KAMI IMUAU NF*SVSTFUSAROUMIFMV F»J COSTAUCt 04»At OUT NOTLOtTW TO DOMESTIC MATCH PWtFG WAMt ANO VTNT HKNQ W <PWKIIR RTf*3 GAS KKNQ DUCTING ANOF>»TAO NVAc NT.WlOGATitAOrCmTRU SfiTiMSMA.ff Mou*TDiriNCC4rucTmrHNtv.STSHVi msTKCONTRACT0*1TC1H0HMUTY TO COORDMAtt ANY RtLOGATK*SWHM 1<A^UTNATl SUKXNTRACTOR. 1 MtCMANCM WORT SMALL CONFORM WITH TX LA TttTAOONTWLOCALCOCCIOMIWUNGf»ANO CtWA RtQUWMfN’t aA<£« 01KANUM*MOVl30r 'X AUTHORITY MAV1NQ AMADlCIKM *AMJ|fClUONQKN FlOMOA MTCHAMCAL CGW X71'IO*CM •ui^ino coot m flgroa fluusmo com.no ra>fiorda INI"GV CONtUTVAnON COOL. A CONTRACTOR SMALL COCRUNATE WITH STRUCRAAL RfQUWfWNTS A1»ORf DA LUNG C*C JTT1M3 AN»CMJ WALLS CtLMG M ’S OR•tRUCTURM LUMLM11 1 CONTRACTOR TOFROvOf AU RtQURW L^CA W URALS LOUKILNt.MOMtlMANCtft OCOWtUL IKARfAIV I Cnr•!<URAWi^^t ANO SM r r CATLRS TO TW SAT3'ACT«*, CT TW f W<fRARCMTfCT L CONTRACTOR TO IMIOV<CALL<CO<MCDH «MTSAMD >US TOCCMTUTtTXrWOACT 7 fKM UKAlMNGt SHALL K NAUR CfMAMC IONWITH DRAWINGS HICMXOBYOTKR MQUML CORSTRLCTON CCXVlCTl ART TOMSKCAAMTTOTWATTENTIONOfTWfRGX£<VA*C««TtCT •OlM tOtK MMAk SCAUOF HIDMAWWGS It *NOT »LASWU 'O 4“**AU WQUIRCO OrrtCTl CUVATONS CTC„IT IS TX«TOR£I*COTRACIONS WSPQNMMiU 1OHRRV TW WOJRFDMOUWiULVAtKMAKHVA'LMtNt C»fWM-H RtQUAID orrMTSM3TAUID IN ACCORDANT!WTTN MAAOLA LTAXMMDS ANO "W MY U»K>TKM5 TOi*»T TW RTHT C#TW MSfGM AU ULCNSIONS ANO VtASU*tMtNf S SHALL M vC*»CU 0NtHLM.’0ML lARRlCAfKMAAUCMMatAUATlONOr »KruuHWNT •AU SAOAMATlONSHOWN ONtKXDUUS AML »AM0 (*«AVM.A4UAAOOUCTiWORMATtONATTWTMTOF0f9O*. *a IK CONIMAC TOM M*41RW MSTMLAHON KSTIHF:TVKS «OR AU UStlOIQlAFVlNI ON TMSFWlAfT A’tl««*11 ANO *«AU -MUY WUACCFISR t FC*TW Aft OMSRfCTOR LTON RFQUFST K HOWUL0UHAAMG5 SV !»«LNQRRIR DOSt NOI MLRV1IK UFtTRACTOR OF TW ASWONMRItV TO MNwYW AN MSTN LATONMSTAAFIN(JUMaUN CONSHOCTDK FUHCUONAAOFMfM FUM tw rjaroti imsnuhi Q.ANV OURFAANCR SDuW«0ND WlI •*•ROUCMT YQ TW AHrRTKAi C*TW TNOMFrOMCMnCT AFO Rf KA WO HUOR TOFF^UZATICS OF TW CONSTRUCT**CONTRACT 11 TW CONTMACTCM !MNI W RtSTUNSMt 1*UXXWNATm*LA *U TRACT. K tMLflUCATlONCr AcCrtSFAKH {MAII MCCOROMATrnwrTH RAH HACTWNT 0*Ml *MWlDAM"FM AMD ANY QTWR COA*>CWN1IDCMIFKO ON TMf DMRKGS It TW FARKLATXjNAMUNSrAHARONUF Ail SWtT AAFTAt DUCTWLMF* SMAU CCAAHV WITH SUM.NA DUCT CONSTRuC’lCN STAADAPTS MPA KA AMD SCS ASMTAAtD ON TW DRAWINGS ANO »1*LOCAL OOOCS M DUCT AtCtt St RARtLS SHALLMRROVMO TOR AU TM SMCMt IMLAMQFC MO MQTONJU’DAMHNA If AUU£Tk2IUNC4AAMaCMVMM H TIMUDUCT1AM lArrtorocriCNOTK »•TFUH ano COLOR or taTfRNAc KMTACCS TOR C OOKD IMPSOUCTWCMr.OR RRN0 SHAU MAH*OV1D »V TM ARCWTtCT. M CONTRACTOR »MAU KWCRMHSTRiG ANi ADJUSTS ASMQUXD FOR AU rCMHNRT ARDOR SYSTTVS ATKA TKA SCORf OF WORM hr tv<wtuncAncm Kimley»>Horn 201 N FRANKLIN ST SUITE 1400 TAMPA.Fl 13602PHONE«13620 1*60REGISTRYNO.3510« 2025« GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 66TH ST. SOUTH MIAMI.FL 33143 M000 MECHANICAL SPECIFICATIONS Kimley»>Horn Vh4WUUMR9NROeArtD0IKK 0ABPM3*A*CMTS©R RLKOUPOT WGMiAnOaiTAaORMKAIAMUEtBUMWOtRCOTRRtmiT«NMO MTORWnCH O*TAPCD*WUNMMHMQAtA1(4 1Mt HJM1CO «01GWftiWlU KCIMCY BUTM©0X1AR P©KAtlOT0 ©tnBKCoaancpa <r ©nt coariutTOirsrevcnoguty to fcldkrfy du©t cwcnoa©SUCH A*tGUPICNfPlAe|MENl.OUClW0Vl©C4 ftOUTBaG ANSUVAWPROaO.RQUfMU.AA©UlVAnQTOPG TK DRMVMM AMNTtMtD TO"WMTM GDNIRAGTORMl CCBCATXMOf nc mnuMlTMACdMtMrACUTY toMW r*u«bceorwwiRE*POIIWUTTTOMM*AOMlKNft TOIK GRAMM 0CRMATOT A*KOUPCD TOMfC*EalMPCtOCGNOmOM. t TK CORHUC10 ©MUMSlAU TK MW COMTOCNT.MTWWA*CW«M»OM1CISMC*M«a*SMU©M CLTW CMtfl,»MrcWAtT»m WMttMOVMwoo.ab»MasamoH*mom ckudanokla<nowarmimamo wmua pbm protcc vtkutommclocatiotk orcr sturtt.saetAnunnesr wAMMC9CVCVWtNlKKCMMCMmWAMTMAATKHCAMDEMETER©BlIK GtMRenwrMAWaeiMHOKMAfm.sow eeaofBTO ORArrtarMt wn»«Maft?tMNrCs.if MMMWMCMeONWClMK>lWin TOCOCROPaLTL apffUtUfY AUOCAhOTMl*neMioomnmcoouctca, imo«au wfTMmirfrtmmu*€*lAm".M*CL*«©A*^wttttocommneKaIs©ymrak©moot ivryrrw erw mmtk maxmimot n<canmimMeoneAtM tocm©<smmo tone ottmMWAmMor v«AflommNCMA AMatesAUPCRMtlMOratAA«0©FCRTKICOtMKAlWOSL 4COTNBCI0HU<1X ©HMOMCMHOMWIWON XMMC1 BOOT© tAU «0«0*UMNACCQCOMKSMn»X J«nR 9WBAMlMMarS PM)ITM SIGNKU1«C©0l*eR6V CBBSteeNOTCaOBpmKUH£KMIM>WCACttltfNdB©atomribwr rrw pret ©v wiawa tuerwcMCCMKft»nw fmmnuw AIMCMODNWM|fMOMCC.ANOAl4 OW AMuMlICWl©AA NOLOCKK©J«WNlL F.GiWUMTtlMX W0RAP©tMTCRRL*F0 A KAKOCP S«WAR L4XCMMMM9 44A*UttArSR1t HUHVWlDAJIX A00t WW lAONfiAnON MCKMMIAUKAtt 4PWMftOMTMl Ml *OUR*NT.GUGt PFftO,ANOCO*©9MMOWN 01THlDRaMWGk rnSaSTUICiaMe BOTMTIKtRI TOOK 19 A0W10INALMWCttOTtA ©<E1SKM AU MATMAUAABCOUPtCNT TOR APPROVAL CP TK MMTTCTOCPCDlPftDR TOKRCNMCAWPOYMIAhURKORmMMBUKlMTGtRTVVWEB, IMOdWOOI tue OKUMMMMIUOWWR UNtfACriAKMBES99MMtA NOMIoamtUkNjrrrooomowtiPOCMOpr<iBM?©NaNsuwiwn9ffieaiiKr0 COM14CCltfMGOT NOT <0110IO DAMN G6WUtKT©BlBLt|KN4 C0*T*MR0OWUVV.MDRMOUVUG UMMENMUNS’<JUA^|»0WtaaiAMD!0 00MPM4nmr«L MMMNRM)MKOTTNRM|N0RfOM«T( %NRflMAMNaeiUWnGMtMPMN1AWMnN(WNOTMNHMUR MMAO9IKCMBiaET.MWUNCta***MHUWMCKDCAOmMfOKJMrrtMMAAUX,AU«VWNlW»ia0HOMD»«0«PmW9rV9 0JOWM*NfWMSN4ArCOKICHOWWWWtDMMTTMOmiMREA*©© OpQiCStflfDCACf MMQSCTNOM0tYQfMKmNa*Wnn UtTC«OtfTCPAMAVMMWNOMm9CPtRATpONOMMCWMWfMHWTOUMP©DAACOaRU Hu&KWb POMOMOO or «MAPO WlUft NOMMUV IRIQC ftIK MOTRCTM0014«. I(WORM 41 WMN*MN***MO?10MAM1W MMMit OPCftanONCP W MM CM ICOMONAfV AUWCMWHN TK 0*01MPRESCK1Atht. <COMMA!*MIWOMHUM fW QfMR HMSPl. 1THIKCMMOCMMUrMStORN WONOMhMKKOMMOAUMMACC91ASU W IKCVMinRCPRfWIffATM. O1CMUZ»3lCESafKmWQM OWUMOt CRUft MrMTMOOUMI ft TWOWOMM MAGS*. LAUMSMWMAMIMMOMOMNS W«OOMI CO imMUJtCTMOMO Tt« woman'0moaMiMCio*ano0*uiorwcmsruune en.•OW UwrOMMltTR9«r0Om«M>OaAMMTM«pQUwaK.CCBRRACtQftMAl< OJOKWTl NOCPTWI OKUMMUMNO WMWWT 100*10. icommaiwumgummptapoAi aamstMurwacam tcvnoo9Ml 911001ft*UMCeOMONUOD WMIK 9*0*0POMTWRRNUaiUhl iwmwi*0 co wia>rmiw *o wnag wroutne smct MroNiam 9iwQMNAriHOIMAWGARWPMR1ANW. tSSHfSS99lM*av TO IROTOCTR 4 RWllNOCQjrWNtWPQW.099ftNO NnHMfNlABOlMiOIOPRQncr MNnRUifO)O*PnAOl««fU01 IRMMMtCf ONAKO.RfteftA**!rttMS Mt MMROAMRmACMNTlKCmN’VrOnen»r»im 0twonmoepM am>ai mo assffMN cotr rone qmmm. X ratNWrinUAHirNTOW I »AOCPOCMIO ft IX »0UPl»lf1OMMk ORAM aPMOR OlftMt 0NOiia 1IWOTAU 09SIWK FORUMk0ACWamNITCVCTKOil. trttoiTA mimcicaari_imoMTM 11 tiromoniTiiiiAiTPCiyit toot itmnnfT KKWWCT. 4 AUUNISMROOA OMIU te K f ONU«UPIMM <MMHOCTtAT«00. 19C9CIV ’MTt»am tcuMer TO Wwnt wcwwm Owl tones0tt*wcfocn <MOK*,we*IMOMANUlARMeiKIWUN CvnfitMlWINUAteNftL»«NAt AOICU*UT>camaoNawvn ^£^aN£L*9nact m«umcooemenoMG WAULO cueeateMes amommmon*0TW aOMAO oust NO «01*IMACMKCUCTC»TW n»O«i SACCUNUMftAAOMRAOCMEINMOMUB aMmXnOMONGftWASOS CU1ftliCCCTCIMtMlNIKLAftttCEllmuuuaanueQuCTSCMncjeteaictMtwcrratrTLftUNM9NmWKftfNuimiRttOTCPIMMIIU1 ItuniM9 crwcmM»ftmuumcrcakd*ma roauow toemuatoiwkmMTTMXSMMKMCGAHCMftUlMiMPR10XTCKBCMONON* 4RTTMMROUM010«1MtDUANOUCt CMARemftftttUMAIAM AO1H0MI OR COftMTOS 01MTMRMCM MOW AWPC—OOftH|<M>YKRpaOWAClftaill (MOAQRMI M1WQ PtCOwlftMCTMOiAAaBVCI.COHtMMMAMMAUKC0MSMAU M OK AM9M MNPIMSHeMNtlU0rmsuet, tsuert turnnpwovwDiRn»RMom TOPKwxr MrromopoMUospio nmomufcouMOUVAMtf»MAPMNIOUPCNHCM SUU•«Mst»«oIC 0RJMAO €ONlfM«lQN MAHMIHNOm aa.OAUMAPDteRCOlOftoaMKRSMAXMArNOAftOft IMlMf JUNTO OMI MMMSOMIN*MAGRA NTMOWOlAOl AM)PUYKR AflKMOnrMM«u at mmmnawca101010mix wasmimaniorapwowowm ?.ATNXMtCdOtfCtMisIMH.AAOTlKW KKATOftRPOOM ANO ftMMkhuucoMCfiOMrmmkniumiraurwimtooorhimucomctmmau w KNTAMMMAMOA6MC0 PtKNTPAORC.WlAiMMMAMMACTMS5 OV (MTOPTNS 0MWMOtOM SOIMUMKIWCOK WAITS wmovM CWnOCDMACt »OUMAUCfORTtASaCAfCSattwurCIlMfllJ0ARKMWAR1OdJCUlMMMmXPUVtCraiMCftUKRM—iW f&A WftftMMteIim R«P «MA Up ftKRPSPNOMSI OOMUM*W*imiTortriirt ft ti>to nn arrri^rm wmiTrrrr cr bgrirrtrm-trrrrpumuouciwawoiPWRowwSunmoots»auoorciccxairtftmixroth IMM0MTRMftiSCATIOMOTmttTMft MACS fteuco AO«C1O*V tAMCAflOreamwo0ammwurimiummcm0ounmamcmwa BOA0Q COACQAnSWMItcaasw KUlf MOR IMMOUAMMASnOBM AftPftUOttteWAS0M.AP0 anSUK VAMWRtftMC*n0NTTAimPQI TMTMABMrUMUMlTOMATtOKCAMAMUSKIMOOTSftmNOTeCOPIfUTftUWTN MPlENOUMroMaIttATW ft iMMAOmQHUMUMAMGTOftT PASftCAlWAOaCMMrMMTCft0A<vos UStART.OftJBX MOmM0PCAMSTtSOOlttMMMOCOroACMIteOTMOtmwMKMLSTWMASCNMOMUUnftKAMOOUAWlWUft0MAA©««/«1001OMS0IMCMT0 KTAMSOPCSTtOTUMMn£»a4ouciioKAie»wm nwucwtmoots wumoiueostranmimsk KUMftMCdUM OMCftfc A©MUftCf OOCM90&O ACHI AA©A©1’JOR APW0KDIM1.OMPVUSraU ft.rUMMMAKtMMULAHM U*l©0f9M©WCK*iGOuA0UN1 WACUftMOMMHAAtVPCMUNOTKPCNAmo. UMIWNA AKMO0 ACKHUftOK HU«Rjk»C0N©CCM<TWlAtKOlMTtRTWT. X GOOMWrt 10GAMSMINOU©00PCMAMOlOCt POTTUMPAfTFW t ASCCMaftU«HN0ASTWRSO<UJC*0eDMCHiftAaS0MOM CAMS.AQVWi0CNMICMftlC.PATTUMNFANCOURANT.NG.POMftR1.09WN0 AMmtWOMMCMTSM©MOTVFAft4 KCWtR. XPAftVMT WClTOftSftCCVDRMNA»i©CAnO.MtN0VIMMlMMNCWtlNS VftUtlffMM110IMMM.COSO*HIMNWM>C©«(UMS1MAUNftftMl Wpft OKMCMAfttOAftMMVOM«O0MOM>MOTMAOUl 000MOTS. 4 CMN«0 SMtQH AAC10NWOM.RaaMA«U.ftMMAftl11MA4 0OTMMMO1CCTCOM01 1teOGMAtOAKVt CNNIV OIA»aNLMMMMATPURN4 COMTWCTlMMATIMAMlNOriMTw«C W ITUMKNVaOX MXSUMUftMIKI SWORNTP»n«ONCUT mcoo «©eau VWMVCM «ftMCS CASIMftMmUONNMCAUV SM«©ROMS »Ml WtMSRONHPVWCUAt©AftAteASLtNTCMI0MR »«AK KtCCTW MRCMCBK«T>AfTWftj MTNftftAKO Mt0MftA«0mAAM|»«PT WON01MGAMNW40K4*VBCPUM«©a X OftUUftACKOMCtMTNMR/K1W100790»©KQftt WP flStTUMiWCAOMRlMMtmMftOCMWMOMaCMft.tAHM»Ml|N«»»ftiaMCtlMWIORO0MftflMfLMUftOWCl10COOPftMW. TiZupuSTCwAehMftS cmiAMfO imp.©mummamiimoommicommi X NM©*mvAl©mvw OCTN«raiftte0CATCSft JCMCrTteCSSPAO ftftUKUMM|*ftOUUTVOMTNJpftMAMiRlf NdUft 010M)FIXR.RCiMURft•ftfAUMMAAIC©HUM.MOBAanrreUlcmiM»A IBMASraHNTHMM*AWRftMUIAWaf. usefANftiaMasm AA©p»10ftMT AA©HtfMMWAI10 ftUNeOMOniOMa 0ACCIMC1CiftfUCNMiVUNCOTAMJOHN*IUMmBIS RMMMHCPUASKt©R-MPffRUX*U1Wn«eR.MMNMftMAWGVAM«tftPCMPirAiCCXmrAOUClCKR.MMMTOXtMafOACCOMMOSATTlf«RANfi0*KTDMft0fttMOMIUNtWMM. X Aft0MA«<OMWCTCa TUa^dtKW PCM CO0OKWtimOUP<BtOAKNta A*nMf<KATni tk vase ftauotfuern)atadt use tmr two tutstxOats wwc©ATIMRCPOMR0 IMTARCOMAl©MPMSCrt06ARMUMftMMIMUMkPEMarmooPttotawcMm©mmmku 4.00000»AUC0ft0COTS»«klMTtS1CaM©AMiYtOtOaTO«MK ACMTtMKLMUaCCMDUCDftACCMAtSlAA©TESTOOMA.PROW MMOTOCRP<40PACkXWRWMlMMMCCnPCMWlHPRAP0UWX*ACft 9T AM>pa«A«CBSMACVUCAMROftAUtOMOrr.Aft ©OTUT*.AC©AftMm. IOPAWM MUMMUITIR1 AMtTMMMHMASMlONMOWM0SMlMRlMlttU4*0•WNCA IK MSteaAMMflU t^9c«!^RAn$MMmTMaui0«nwDt0wu^cucRtffTnnoftAMnTUftTAAmOtWOftOU©CM*MVU wcMftftPlA^RMMCOMAKMMMaOTKCMMMAMTX<R<M A0UNC. X MCtMTASS MASSMTNSTMOWUTm.tAS KIMCCC0 W MKTERMfR SMOOTHcoots©muTiriiMi rrwrftCCKtAftTMoc NUMKafaciaNttvftvCLTtTtOCAIKM xusus pmvuua.sa AiPUuM A»<mmow wmiRRftno cxxiwCAnftcMMAuuaasMrwsurnacNfA0CMtocNMCKAMMCNTnAecKNTr 4 «Un»YAUCOUWMelfHPMSTCMWXATU a stxTPV w©cmutas. nIMMTACRR AtuCOMTMUfllRNlMUM0CSK ftOCPW STWOft tutUMMmwamoneMUDCCMncxMWXS.©©provoiojccal»>uprft0rrMtwx*wKnoMSoxotkcorNioicmueoNMmciotHNaatrfteuttgahoi0uccurwaASPUCAnONMTNQCMteftUMltoNWM4CALMMPUKl©MSSCftCXUNG^HKMANa0,AMMUMWIMAOHOOTP©l,iWSinCHRDMCArftNf.Mt pconc QR0MCAL PftMJAMMG M neKtwomaMAcnartROUAMV nwsmnecouftn©nmiowmc kaiotui asa WNARAlAOM CWCMCT PORT 1MWMHerwORMMPOAfCOKteCMTMftrpKIT&AMJlYfORUTTER teORfttAUWNMNVM40MVW 014*000CaTTIRCACMK RAW MTMCNV •Upn&o ne cwiROiuRimi fiiitui arwtrw mnut tsasi 1OMvis S1OHMUSAMftrv)r.ne Mtmmt 0OAPPftf 0opmumcm*aTwvwamw iwce 0 p tqupeamkMTvcwsiem«TAf©R©roues *umMn0 smsw IM©W*» ft ne MG Rffl 0CAPMU00VMMOKA ANAftft MW 01TOm»AWO00O U raWMUMP0llSlAteM0ftUM0R*aACCtt3lMt><RirRMC"V'U*<M' ©MU BMftT A WMWM0 V IMA tAKCA*USSCS. a MMt MauMftAOlKAMASCO0OTCK S10UOL NOOTP©WRiAdKRt.MftMKTMTO|0N4ft©MTaSTRtOTnGAMCtmPS0C0ftWKr ©IAPPVtAHON IPCCMCCOarTRQUMSWMGC>W )M91ToCgOTf ftpraMMUMyRM TOAPrr 0PWOM0RcfiCAnoRwftweftcoacaenotoAiocMiiciwcniea<a©fimaomaaa ikumMocareGnoNatwcsumaaww, 14 TMMt SNaUNMS TX AMITY CO CCUtCT MfAWapNN*CnMrV0 WrOOCTMOSKM1HS01AFORPUHMSIM. UAU tOOMTR »WlMMCMWDHA A HUMVMK MTASMP ft t»T S0NtR M©fM tAU •KCM ACCIWDFROM A FTAM0OWt»SMRWL 4OVIK AftMTft©«1»M ©MU0PflUMXY SmUttOMTNJOWO WAAAUXmMUfth1019«J irWMIPMWTYPlMRMAMCUPWTftBAAWlWTNPtRYMORMMRaMaet. 4 oomrr ccama MMusAwicMOR eoc»0<NTaouii©c NMUMiNaxAsncWMCRATtXUOAUTOaaaneeftmtOUNSfRMMTSARORCUYS<Y TOCONTROL•caewsc. ftRflAltCWOMVHRlN&NtZXcnUGTONTONOl«AA©PfttAH AU ’OKMWftp©AA©WWN»meatsen,wuumohOCOmtnkumni.tomimttuksmtmk. cpKmwMiaftoaimKMMU0ixtimmuynkutio cmr wec no©RQCWteSYAPVMIV 0PQUSHTteC AOAMMUU>T©ft04UpftRW)WMIPMU110SAW““"At****^~NTCMAUVwcutcwmefttcaawMiminaowMMaetweottimacmtcmmIQRMMUrnotiw0NK1VWUSTKMOM0IMft.AMdMT MS TOKWMOOAtfWRAA©0*••OMtMOMSHOWNONCMMftftL 4MWa M0T9APt.L»OiNTWRMMfll LMOHDS AMUMwMMWTY VOMMfiO COWAM010SWftraC0WVSOCM xiWfiiiunMimax<*mmwmm sewmuwaMawwaw*Iftcew GW*©tAll—tfWMM.CARTMAM WM WOMAOM*AMAW Wl 1CD0UMRDMTSAM TOKmP4OWUP«a MOMMAPACWSn AKMUPK©N0AWO CJMIWUCPUTT ft©NllP.RM»UftGOBfTRft40 Pt WR*CHMHM1COOmcNdMSMeal«4 ftPCTftC14490tOt aa©ICaMtMOftSSMCNWRCD*MOCMWtR PAR. 4 wymiawnrriTinm flpcmcmQMicrwTti tPKT0TMQWtRMftMSOMM<eTtATOaftCONTROLPAAC. ACAftMt W tt tnplMtFWHtWtl>MHMlUDtftNWO Attest DOCMH|fH •WCUS10AXmmjCTORKKMCRSTO0 MROAMH«MM.MWft0<Q1IM<mfw AcesstOCKM0pwis0awnuawqaw.mncp<m ©simh. tMOJUTWN TO0IfttMMSftCNtMCRRUM0SM4ttf»dAttetc*TOTOCOOttPtertGTtOMOMtNOSKM aamtor M«t4AQ»ftM»ccamieuoRiiweecNTwxx. ICBflRClmwv WPUCTCA wuMMSAccmt 0WC100RM CTWl TOWMPftOMOPAMMIKlAUMC1MMW«PWJlOUM*mtl>On*l0L KI WWftUMftoacurM1MMNAtZOCAMC0WCM&W*PROMT OPT©MSt TOTO wFWnwarMCYaUNPLAppfttTOCMlIRMOHMMtatWNTT0OPPNAlMXWMMN0SM0TAftlAROftMUVftK.O©KWirT AaMRSOPTOWMmT ACMttKAP©teOftOCSKcoverCTMcema tVSTOtSOW OQ©WIUtXWtlAMSPtOPNUtlYRmWaTOKMNft«h<MMPeiaiiTMPf0UTOO0Mtrmepew.pomp rww meoR wrrWMO wneuramaae.GUTTOTMOIweR XP0ACerB0M©KN0MnONMMCl MmrmDMTiaRaiAPPROOTOWmicmaweomraptopretconpahmry10wwwtoMtwetrfts.IMKrtNAMSL JVC ttWWCt0 TK IrOTtU ITO OWKR WlO<WtDJCMtKtfOt ANO «BL OWNAUAMOCMltOS0TWW. XMMMNSICRTOt OA>CMOMMCtn10 KOHMGMIVSTMS X*TOC MA0SMOMNCS000W1M.P0CUCTWK OnfOPt.Aa©P0«CKftU0TCASDNSfGfKPft.MMU ASne QONWCT MMWM ftMO W ACcpaCMSMU MNdUtMM A PMY0 nosSC0KMAS TKY KCTAft TO t«ruesmtSMt. 4 rUAM»PWrtOMUK*TAn00KlPWMAIMASPART0neOMCRS tWINO. Umtftrt THAT00NOTMOT (00DATA ft HUI M©«4 r0*un AT AOWMTOSNNiWteAtttPUftK HMMI N©MAftlAft MAMORIMHWT TMCRSAU ACTMTSSPftlPOWtl0ITO NAG.MCM0 TM AMITY TO CPPtTV AMPW MP TOR1»LOGAM h©AttjTY TOMCW IWSAID0M0WTONW€00MSPtAfteOm WMCftKO wrtR aa.MOW TOCAMITYTOAMUCVt1TOIOSTOAMCHP0tMUOOOrTRV.PROVCS TK miOMW MUTaftWTOTtWR©NftCMW 0 A0MTYC0MI0 ft1F0W.W001PH0JPCT*CCSSUKt 0Q ummc »wu ««M4 neamry toKrata.T©Auv woftrsMfWAMne 014*0•MU tf Otc»0SMtO0 A WU0KDnx lOTEM. ft O0ts0 TMUTOCASMS *©AT TK MOSTKCWT SAKOMtAMC WUMtmWITOWTKAM0>e W0T MOMIV SArtO MTASASt SMKTRY0 CMUMSD0W0TASAMCMftTUMM. aRMt Atecrt0r©twiw»ttMwtwttt Tcetottwtdvuft«GKXDSG01MLOftCKaftrtr.AUMWTlCAnftl ft©WTA STOftAM.TK Ct ©WTM0iCttUKWR©mat©WUMSOMMMtAMGttttU TOTOWftMKAftStMTYtdtlMAtMHM© M TM TV0W WM TOWHUM TIKALTrtW.IV WIUCSPTW TO €NlMCNSWGCMWCCMAAMMVKRNtCPMAl©PASSWORDCOXA M0IMU StCCmmOAfTMSllftUlAP©twu ftMftOTtOWMHW.WKNMftMOW n«W >•W ft CAUCO n©MA tmAp©WUM AW TO ©TY CteffSaALMC1W Al T<WCft neUAGT teaCCRU T<WhtMAXO CC.n«DC tlHU PagUBS ATX ew9.aa©agcim to neleniwiim CTMieruiti0 ne wtasml.mmupua dohmacTOOSAM0KltMn0CUTTOA<TMlM)tTO©mWf0TOPCRMT1MaPCIUrM TOPtTOMTA0STOTHAUCWWmoOI0TKNtfMCONlltOlSTCTCMAl©CMCecaM/iwo ©sue net*©mu wauot bh w wot imim to »0waiwm0*n<dSUnON*HDMIBU110,ANUA ttWlCKt KNttMIOCA10IMCMAMR 10A UKML 1HA •DUKATO IM LOCATIONMO W ItllCTtDMJttTCCNineATiQK 4PRMCe©«MTOR PCXMKiC0AUOttdttrMemTO Atiow FANS TOITUCt. IlMMOftCGl 4 cumV PAN10MPCRWNTOQUMOCCOTWOK TOPS.RtUKMHY MO01tOTONI VOftTom0OHCCVVMAQJUSTAMYmrCFPUUfYPADKMCRlOQUnOHNMKMKTMXRMMHPWVN»«Qft rrocencvMOTOR0DfttCT 0M ASPMAllftIW A»»COeUK FNTMStWLV. ft cucwcmaUcsoctwmeutonettsumvrawMF0t cucYTBGiumnis mm•OttD«A©G0M4OP0MC©0T*AftTtlftMftNMA0«StOWUNStTV©ftIMSMI0AWCOmBUSrMOOUtCk a i«Mtc0P0MEAUMemPwctt AStuav wenOTAsexM mc*a»wWIUMCIN.U 4 T<PAMOTVMW0NKMT AT©CCftMQlevrwS©CS»©MUMCCWftCO0MTOimawewTOcutftwcwvmuMinnertu^«fttuiv. IS TOC MK1CQMCCTtone ttnsmOCK 0CKC AMAMHW0K DDBMfte0ememnx I.MOWNSCWAft WUWUHRC TO WAt*Vw>(TOUUM0WTlAmmiXHOOTSDCA©MMCM©MOTS DTOAUCTrAlas.CTO t ttftwcKATmcnLTOteiMu erm ounce mktakgs wet mcmtNTsanctnuwoRvlouw,wceftr oumco muaccccmumtnwowneci1ww<wT-cut,iwji«arnu tc tw MtoNTnc fontactori m.vanos ertaNW.coma cftctfT wftvmOAMicutc 0mmiw newtcuLaui wiawPRMaODPW.IM)MU IPW7H0S TUV ORAftC BCACSWPNDWCTOftCMNettV CPtAMlDM TOR CAOHPCCC 0ICUFWl. 4CRCWOMracrtftyoftt ft NOT KMAOt KmOteTOwTOTMPOTJW AffKPutuwr)’’1mco©tunrrwratNiiMmmceuto nEAOa wewuecMwwn to ratmstompMvroect mvmccwciPKMDnKMtNKMAft HOHM Wft parwx A ecwiui MNCRM.CN4MKOTtiST0 )0ASM)1MOKAMWftfttMMNNOCCkfr©0 TK SYSTEMOKU©N&FOHUHAVMAiantUAPSUCATONSMOWUPROWTKCCifWTMTAP0TKWHCWAS0CMAOOmOMtKOTWORMAr©NHU ft »*A4MUHNOmil TK Uft0'irYVHUL AUCYtU*ooMururiw w kotmsMutt ft irieiown. MftCURrr CA00t*l0»Mu«flrauceD19lflOWlO'MM mCHimtMAWIWMMDeMMMROM©Ctft TO WLW.lftl,ADD 0OUmWtASYTOl ttCUWlY »WA ftttUCTW10CM0CMT0.MSirenTOMMS1RAT0 WUMRVCnt KUTV TOMTmewORMTO©ftCWY OTOTlSTW ft )0MROMWTOflt.U0OPmT0PASnNWBnURHUTORtSHMfr<00AT0SACCW P0YOWMIAAOOR WAAW©W©1mONOTKftAROBLKM0KSM(00.*©<•<£*.U00OMCR ©W AOTOMReMLYttlmccb0i0tmmrwva©ktodm©0votac AmnvaGtroerm no aotolo©01m0KI ft CO)mCKftM0PMW0teALXrVSaM»CUMrvwtA*w|ft UGKO ft AR pownuHNCAAL a\nroa90©tees IK cvmi wu mrowarrraitowtor ne 0001100miwRodUmWHIM,TO rwttft COR4MQM CULM©IMIUCtAMIRHUS IB© coNtaouARt neaaeue0 ary gcmc ©eutt mamboedto r<okrarot uc0©ucui€ai UMOTSMintum©mIK SACNITimp. C PROHDP A1ACTORV APftSOfiCt C0HDI©RCDATR©TOC0©rN«rR CA UPaftf 0SHOWN01K CN0MW©*ACGMKPII WfttMNftWW 0omuHONMU KCO ftftTMUMORSHM9HOOT*0 ASIM CU SKI 0WIU1 It C0eani0i A AM WtfntMQOTCRAffron/'CMUKArOT. m weeaw cam© tmemM©wMt»f Arna©Mems mvnfoci oasKve G OAAMRCKRAtm ft VOLTSWUN Wft TRAMICaUD*0 nAft©ow KASUMMfaW G tUOMTOCAtmMCKXHOUTOCMUmaMTOKAMS AmM G0MP0WOOAM TO«SKT*MDMlS©CTOttMWftmft hOOTCOMCXTKMB nOMMCTOMM©MCWMCTORSftmPRMC ASSUR1QRAWntSraR WCAtPORfKPtt 0MMCNUMNUMSM©CtCMN60UYMmNt»TO AROTATft Aft*ROO WCWLYWrrNN0RPWC3C0WACT0MUMMSPONCtOTP0 ASMlDMftPaMPCRtAN©©TOACNUSm©10TOR A«CD ©MMRAUMWMU G IftABOTMWTRMaM MNMUM0 ©TOMtN!TO W100*101STNOWW*ROM G AetWHtV A4OT0CWMtPCROML aIK 0B0amowntk*mpyvnerues sotwarg It OTCNQONPlSnM0ne WORK.KMt ACDUMTO UT0AS4U4T0RMW01AMOAPPUCAHaaaOPfVFaMONCOMPACTOctuMlVNttWUCCPRMOOTMAUTOCAD0U©0CC0ATWPeteTNRftmC0«s0TK AMUUDRAWK0 THAUMPRCMMOft MOTOITOMtOOORMTS04nu©CRM. G ©”«*M»aa«rAncc0aa0wv«>WMimui 9*01010010ws/>coa©0tanCOM©CW0Vap©ueaoi. ft ARMS PacTORiMftMUfO A4POTWBCMOTCMSOT nATBRTOtTCDTO ASCORCHACtMiaAAGt111AT©MAAPrOMCARAINSSKMPURNAPUMMtA©JR©<NTPVftOTMAW. mlOTcmoicccmsutn©cmawnoi 0ne 001pkamumUMAntD w wuCOOT0IOMUHUHOlamentAMAMAIIMKGPCUUOCAMAMNACnMJia0TK00TA©em AM>PMTAUAftM AtcntllHM.CROPMAWIRM©MUMSO COTT9cwtpmw©Aa©sc»eMAfcaAMAm.MPYww dckrftot©.catcuanone.n©w OTHER DtTWRmMOT ItOUmSTRAK THtlIK tVtUMHAtCUNCOORaMLTO M©HUW0KMYAUNEhMMAlYTlMTUMRKttNTSlGftlMPOftNXCONTROLCMNQMUft at CCNTOMKtw GdeATOU TOGONTOOUN©Yt<0SC*OHTPft BGPYWW MUMpome©tnuwuM«0iac?wo©iMummu£R*MdC0c«fm to CUVV0CRSMTWQW MChCAUU0B©R0TL «1 fYSTCNMUALLOWMM 0IftGMTCO KBMCR0OUlTSU0©STAIQAK)MS MSWltRrrSTOA©HUMQAftW 0PaOVDPMUKRmCMMCSMXUCWPUUUtt 0TKFWMm©TWISTY)RMOUGIIUK 0MVA rmmBAIOTlXftNWMUftft DM »HTML MP0 TO tCMNCS000Af©WP«ftA©aupieCLtMMMOeMAI'TYPIA «4 IM IMALL PMVOMA milMmOTAMMANOOMPtC ©Rl»Cl©CUTW MPA*10eouKmcorrwARtpacgugMeetstopao0AMM©rwr©M9m©fcaturcim ©c©w ft neompamwoto accemasamhckdbynrtHaamn»iratog OVCRAUFVaftXTttTMt WMTWUKtWNM AUAl©Kl0APRN0S*U ALSO MKUttODsm>TK PMC*ttMR ft AOOTOlttGKEfCRY. A AKMftMRtencCDWGCaORt WB MW WBR M eftUrtlTVSAfUHrMPOelMUMUGAWaCMBMGAMr©ATPR.aCQRM©UlWCRmOTPtAPPTV€OanROilAI0«ft0ftvft©RWPCTVeMWNWOOMMCt SMftCPM»W*OP01GAA©KtSAGARR, a ©jfttTTM ©eualso wauctacowunc pomplet 0auawns^McwecroFact0n<COTTWCTOR.ONteOTRM©RGWUdOTS WUlima INUIIMPiWlgTl PWDTOCCl OOGUMtmnOR.WPA0GRV tOTRQarf BtACMMaHdiPftt M9WOpt IKMMmSMMWOOT RtftMTtDTOfO TK MCG MWOT00MCR WMPROiCt «MtKW 0GRfOTMt.BOTCDlltlMDOMS OT04 CTO.mis?rm ft m ©m0cmutcRaffWKGmTwi tmv aww ©PPOTT wwt w mtrNAMONaVMMMW0«UltRIClft*WVM0©mMNA*KMOUIAG0<0S Wleiirrcmj AMmoc C0PGR fuse AUAMMJM 1©CCA ASIUMLYMfHMC0OJ©R9NI AND €©LftKL 11SUSMTTmS ©IAUSCUM ©WOT0PMMR©WMOC0N©U0iOTCAnOMN©gobmmccadcmWTiMMet r<w aaircttpemarwws wx At w0sf»got minnewwip©0 >0rm*wartaim at WilCROWWR BarTWARp ©atx MOTANY OPIRATNO rKTPlPAa©mTpwaWKUAAHOT TWLTR CUPCCRTO ftMWTO DR0HQ©4SvrO©1*1MOMf fttCTC ©WKatowsem©wm0pr«woa mtco wort m.©otccr to aucw mmsft©WKR 10KMGTRMMTN neftACA AMNST AGOFTaftG ft PKA1Ct 0 COTINOL.MMAIRr Al©©UM<COteOMMIMUtWU£RMT©N0aPPuCATMWM©MCR errorACC BCKDK WUCATmW MCAftt ft KilCIM OCOROTCONTROLCOBrONHVtBFNWAMnt.OATOOT©0PASIS©WK 0S0MK M©OTftNQncuTOOLI4AOT4BAIft0WCKCWKCnSNTOOttt*FUU©aPMAn0ftMA<KStWCOWPAUmTORPVMtUK.0GOWCS©<AUK KMAMVaVAlOT WIAIWCOCA OMR AY»RUSTAM©ft MlRlUTINK UW aSPLAY OKHWCPeNTl TO AHI©4HONCOM©©ITS TO PWOWt aOAUTCR ONA W9TL4rM.TMOTUMRtt 0CONPO«Ail MOTCatfraatrMCOMMw TOaftKiarrpaMKNr WUM0CMR09MY.«'«•MMV©A KMRATO C0T©WK TOMTOCMAft AmCATlft©M©OR0VKR VSOTNANACS»un©ROT ACCWtAftt. aX OTCMerneeSOM©WA MUREIMJMnAK ACM31L ecaeec19©©MUM vuI0RINpeersactakamtwcwwri «4 MBCTVAI R4AL MtORCUCC A WAR CAMP KMWPCfRI WAlCBPlTMi ftRun*trtMtfTARQNGGCNWKL AMOT IGUTOSAA©A W0T0OT He fCWFBtlTPII ftW MHM©HMTOGCL.TK PWS CQNNWttWfttUM tWRRITOlC016RMM3AUrciwKtMLttWi©toneoNum w©uoc weemoMRMMPOT nt cawVMMWAMTWOW(INM 4 NWCCMH0C00IKPMPOUERPANS R£S4£MlYMOUNTED WINFAMOMR©«©i0ovtKoa©moire>0«wwo loovuri wthcomm saotlprmgpkmVROiaCYaANMOIOR* gwowr AtxcicwY xmra C9 emomi earn©r«p»i0 wrifsiwaaoASMMPaG1»GKT 0RATTUT. 4 ApmftpWAMaorrrATON sex conhkx*oraww pot wotutmasm*aplOlUWIRAWMr SEATED*©. 4 oaawm r NJMCA MMQft0000110OUUCO0©WWRO TOR ARAftlMcmKNARMAWCCY. acurnwirHrat mmiin fkanot.ne M<seoarwci0mu cmronatsqata»rom qi»4r ewnuOTTO«soum.vwOP«©ueis mosvftimr a***or ooprotaOlawIMIPROWCAIKOGDaTAiwn.WMOMRANI WPQprt LRfSTO W GWKPR POTW«COOTSPMTTOT 0 W0K. it TK IMMTVRNtAOEMMT WCOWRDL STETOMetCteRWUK MttOOTTKOaiACOTTRMPOTRNaflKAWMLDPITAOONYNOI|WW fneOBOmRQUW>aWDMOCS *•OPOTAiraMIteNBORASTWCrvaw IMRI wrt6*lLl ©WK 019©WOftttUn^rr^fn0 mvHum ffotufta tea tm*©n©cmonmam>nioa uwe©platformmtoankcamy momucd ©rpl tor ©rr ncwnterf urn6a stu©mdWABR0WR «4 KAMMWePBWP4WARGBOTaFSO ALARMwCftO©0COftOiGREFER TOUMM0OPtMAnCaRA0KWCTRAtSKKSap©M0R0MAAMCOTBOLE*.MWIO0WW WT©Y OMRAPCR 0MV4HMDCBftlTQK ft©AUOW OKRATOR TO WW OftASS0ftARMAB©KrtOMPOOP ftPPM W0 KAMPC0RCOTGW0 WHUCORaARPO SY 1)0 SYSTEMmrCCTRATOT*Mft AMMMCGI WS *PMMX A StPARATf ALAW »©10X1)00WB0W «ItupmramlontRw©m ©him 00*0womu«0 v gotabp 0imwwao0uottotv©vuick insw©ow wumkfy cpwr»0prwkam ap© W AmOAMOQCOKMB,ALMM WTrCAFDNWPCKmOTMOm TRLT0NSI ©MAHO0a0VOOY(WMTM NOT ACCmMOT.4MMMUft MftPltl WTO SROUNW WKWQ«kP*0HAW COtMM001AllITO««IWR Mt.IH*OROUHM>©W L IMMN0U0<KNOrt WMtMMAMS AMGOMA©PROM WTMIffdMCLAIIOikG OULTOaM.RtMMrwnITOlPOTVASHARPCOVrCK «1©BAtHft ©eu AKIO ft©w ACOPY 0SAW0MKWMCSCNXGPtDPOT VWGMftKUSERPBlRFACtPtCUBP©APlftKRANT0t<W)PQCATHOROW KMOTWPHOSMSTOKOTTOTOOKANDVKRTORSYSTEMMWAW.TK ©4«W KTOTOCO TOSC ©R•ftOGCMKmATTW STA6K WffNTK 01?KWWalPMl 1©ft«40D00MPWCQWCNTSPROMM0OU©N TOAM WOT 0©«*. 44 RHMJL WUt IO«*FW0BARKAttNlNOURlVW 0©UCMCOMft'OKmK U0IaetWOKlWaCOTTROLOTRMUMAttGSOFROMRCNOTENTURAKDtMLOPtKNTCNNR0BCN1MOTHTOMllANQAMWESBOBClRRW»OttT»©TOTMWU010NERPRDMOtGCKRK.MTttTMOWaUrOIVLPATOPROAKRVDI TOMCG dOTtRLOAMD<MMOAtA©CXrt 0WB©t MOT ’LL*0OMR W J©FROMIA0NAI VP4RSAMUCAKG ..._nTK ©ClC0vrRAOTOR SHUM at©OBOJPOTMlmNTRCUMT CYTKBCIWWr,0mRONP©O0C(0VKLrMt©WL C0VOP0CMTOAtTUKAPBXORPOT UMtll.TO<W PAKOT CONTRflUAR R©fit,1 1i110 COPrtNattGBH©0U»sort W>TYWB.lYAWllAI M©DOCMHDffB©A©PWr.CDmOUCRPtOTBUHM ARDPOW0 WB©PP©fOTTWaURKr-QMWR©BTOQTEDTOMPROUttDBftkOMNST. ft AU ROOT flBMRaSuOte aKKKFW 1P«U 0 A©0 ©MR MaWMWOT OPVOTO ft MOTtRAlKNKMOntel WGU TOWNIt ne W0UOA KMTOiNNnot 0OMEMBOKAAtMOtOOTCOrrWMXACVUKRAA©1NAVP0P0 P0OC»SOTRYB —t^MC 0«RKOOK rDLNMK IWT n<WO*AUR eAABVOUI«W0BUk.v FAOTWrtSPHUWnOS0rtMCTONOR*0OTWUftVO©<0TKC0nwiGTOaDaMCfttr0a*.MTAUftAtmOApCt RmPBMRJPACYJWnMWcngW©ft AMftMCt ©rSN«04A9aBKCC0MCTSOClWCW n«R wm irO t Hf IT Ct Ct CRFTTl flmN~lQlTUTnm.m ttIKi ms as©ttenrruraor.aaabvtor proper cPVurmccaoMBTMTiawopot0VMOOT0G0UHKRT10014*0aumwKWHIILiU** 11CMBOBO rCRTRil 1NINItIRjftTD ©TH MIROS©IITMfKT CTO T(J JIIIKIg.TOnebrowlewmot©wwtawr mmm ©u*t hARnew wsrcHMurtAnewrlGumOwHTMTGm a©»©mi0 ostrom mg wtstop©©moy or*WW.*w*COavwfv. X Duel OTPUMMWCRTPO ASOTWiVMOP©OTTO noWYMATBUItBStANT TWRMMONPPRB0KWONSHRMPVKaWDOlWPMOftTDPJWBWKGtttAOt»©l0©0l*.OMNOMO WeORMTWACtUSC'NCMCS WflHRRKoeiPKSeOTWW ANO GAOUIAMB©1UMPM4PP0KSftCRMK WPCRGON PLOW ACTSMCOMPUTI WRIPMlLKHstr:^.r*ir-rrrmnr *r-Tr wmmp*campi opwah1MMMIBMWKM1RAM3UCMPOTN«0t0CMIOTPP«©©PRttStSCONCinOTt»01K APPUC4O0L XCAMBIOTIMAMIMMWMOl'SGftPRarewMM P a *1*4»)P *M*V IN©ftMBlWINARKOWCV0PUlt0aftWS 11 MGOMCI.WOCOWTKMUtflSKMOuMrSAMPMVUROT 00«UttR3.M©rtaetJULK©OTCMlttfUMLFUTOTEG mne MkMUosvsrsMb«upaoaBt oomMiaooterns toailmarmotlUOMM6QLUCOTVTOTtDWH4OKRAU*WCG ft IK MTVM0nilVSOTCATCR TOTOOKO ARnLTOPUAeNmUWftk rt4a©K0©, osnRsuTEDciMmaitYtna win rw tApaetjrv reamoursa©b«msw©arointibkktceMwateiirNpootocgot©open,ifrursnra *syshm ft LOCAL AASAMIWVMIIMRAPPYRWM‘^¥10*m^tTRASHrS GCTKMCt.CCe r*©M«M4CAPUIK0MGI.UIPA RW.LAtSOORY «G *1^-**""nwouCAPUT i©pop* nSWBMDPALCnt 0C0MCWVSBMUK MCU0C9 TOR DtVOCPtCNTAP©SHOT 0 4APLCAT©R100 WOT fttWACt CWLAW.SYTHM001V©(101101*10 IR1W0R4 ttemOKartMAMPHS »OLLVGWK«0KMOC0Pt»Aa©PMTTOOiTOUNR>OTTARAK M©MU •BTOUN>OilCC0©lC TONACn0LU0R»*4K ©»TOONAnmbowotmeewNrsftApRueAicNaa©era©wav ecuRMjrisptteuHMWDpmms. uMRJMcr ne tvtrw ©mu w*um0hmaocuotu0»ne MTwwnAMtrn,AWCKU TORtOSTtRCD WW TO1*00KW 0LPOATEDGOMP0BNT1AND AftUGADOaK UCQNNKi COOT WB UTS MWX GQNP0M tO COTTR©C0B0SMI«©0*0 ft DO MOW I©4OCA1©N4 ft MN4JPAG*nNVR0»«N<lwaHP MS0YWMMUMVONtB WWA 0PNRWMV PN0OTDWMAMLAAGTURtOTSA*FOR OA At 00NCKM1N4 YUM. M MAMJPACTVRPR MAI M SDKft NM ftRYrtG OCRP0UITV QMAUTY AMURAPKPPQUQf A0QUDifAYMKt1POTPWAPUTBRUPOTPSOUrftPYTWOWKN01©4©PNf. |R MAMJlACTOTOR 0 MARDWaK Af©S0TWKCCDWUKNnMUHAK TtOMCM IOT0QR1GROOTAttnOBPMAAHAL/*t MRBfR STamDWnHQUMFtDPtR*0MCAPMIff 0PROHOR©O01RUCn0iN©HClftm SUPPORT AOMCt KA KTWORafOOGNTROi ftttlK UMDAX ©CSICtWGRCMtDSmClBt 0OTCRaTOT Al©CANKtt»S10U<DRAD<RHuwCOTTWPRGKHMlt©rnntiUMIMUK OOBKOPC©CA«YO©TAUAn0KBRUIV»O ftCUiGWROrOvaK*CnaeOLPMm©R*ul«©4X00*1apneouwKOTrw «©RrTOTMKPOTClSSHIUK ©WORTCOft CC.ALLORS©UKNNCOfteAnONIMFhaoxwwxPIVCMKPR0QRAMMN3TORflI«0*0X1COTBtARTt IOSTo<R4PA/TtMvouipurx u appucahot ftcer©©e ttMmouxnukiprovcc contoouir gomrcdtmimnitsL9G0MUPtAT©N *0 C0NPBUWOI1CONTROL UXWCUMAR TOR IPPCFG TYPS WINttIOAPUCN*.lYMCKAMM&UBNSMGVAVOOTLt MNCOGLM^t ROOT I0WS.IMTHNTOAIOTO.KOT ft tYSIUft.wee01000AR SYSIEHS«<AIMAMUQH1R©CCNVROLtAMOCAROACCCSSSYSTEM*. to fummh ne reuftw©jmftAl&l gktwmi rw bamamjlkrgv swMCACNr*mfCMRUTOTT.TSCR PWAMft MN1PROWMV CPTMJUSfNrtftCPMVGGWl DOTYCVOMpa©QTMM.I©*©©W4A4OT.©Hl antAC*MBMSSMH© UMDAX ’UeCAAlme.HCLOMd AaBMMOlH etKTRQUXRSrOOPCRAIlI4NCMupwNtmMceroBistarmot0opbuhwg St CONTRQUMS>VlUKt©OTlW MULUSTOD OONT*L©l*eit 4^«VKO TO»Mtffn©ton0P1PoftMWrt rrGPAMit ©wi mm*rsmcrhbp occm wo rott B0p0HavosOT-RM<KwvmaB©acaunpot ©emeu cckmt,m©kpiytd«a>»*mtd WRftNiA. «1MA*WTO trwCRS AVER MANI «©N©©RAWO»wmA1VSCCSGB9©rtSPMCH0a«©CROCSKtlRSKB©R TO WO COUTO GOOTMK u*ro«V «<OTr4 WwOTQAaBRt BWn»«*TOtW40Me*mai©M*CJUAMOUSGOartnQLomttaetiBKOTOrwftanrcompipwpwcyimnsn©© 44 tWBPOTWmVHIU tt ULUBTTOROTMBMUAMiCURKTOlMW HOC 0PVt1»i'MWGOTP'rwi©©Herm ftbothpriaarv awweea©*?gbcutipot cutst wm0**RrecAMURClBKrGLOCI COmCKOLOAM W«c»MU CaPM’t MCBFWQLOAaBSRO A OUTDOOR JUtfroR MRAMlMUB*©ftWK1l*M»UMAAR»ua ©TO©AMMOCD TODRSGT*MWAa TO*U©MAPIOIK©4 fWOPUCrtBNMTOPP CMMPmMAYA*PAAMIPI OR 0*9*0MAM bNHftHMAMMBSMSUU.GOAOTOtPRAMCSMUM1I0©S«MWP©X9SRCS©WP*4 0 WEXTRUttDMLRWJUWITHRO*ORGPOLC*rBBULM. G OAPWRMAOTSMUNOT 1«01ID©ft W©TN00ft 11WfNMITAMt POTWCOUMVCLQOWFWOTMARGfI©IIRK4MAfirtBmUarnoylusymam ILAA*4&^GMlS&MlCRAF«tSTTOM0neFRM M«l 0ft©W0DViMRCKACtAatWMROTta0MCPRMKK4KMSUIftURUM«W©®rWXNSIEG _e suesKAU ©MU PWWR POT AMMMftIBAJU0RATI 0 t*CPU0«OGPt ATr•4OrtKHtRLKM.ft PROWt MSPCGSMOCt MAMPOTRCtOTChPKt TtLGQ?V0 IMPMtPCaWOTiMBCRKCHONSBNU«91MIAR0R fNARtr AtP.PRMt CM©ME*muunePCRKcnaeX4CaurMMP<Bftl4PRDLBCKMARPXMR CMARACWCSnC WKMP0GMG4OlOTCRtBMUMWt©>QS0UBAOES 4ACCTOTORSWAURE(UCWBlUeRaOMC ARBBCAIID ACnftTORS©MUMMEonnoiilieastrrtrni «L aCTiMt*a*A-€MM«eOTCYR*KGKAOTAeMaBTftRUUa©U0«B©OTTOAHn TOIMJUH DMfttt TOACTOM0 t*CuC»©Vl MtLTOlO ACTOAT01KftWCA©C4C3UAJOTS ©HUDamn0OAtel WWTOPRO0AUa©TICOUWMootnawMwttormop©nwa>*rceuc Affuurea© •A W0K SMUKPUROKUor SYSn«©riftuMRl OT ewweTOR*nwr *K0TOCfWBWnOUTUl&KKMCtNC ©MUPWKCDOCLAOUH0ft GUWfttAL*KKPYHftQCAMNNrt C0CR«M n0MHNG*0CWC»KTWmAM OH0MMMC 04?.ARRMUfUl |©1©KWR GUTMGUMO10UM1SVtTCNOTmmi©ALMFOTMBKGiWQ MHKltt KnaGUr ACOnCM.CDCTTOOwMft. ft.UNCPN9LOW VCElxeCaunfteeOHWenONt TOOTTOMLCOUftCNTKtanCD0 *»©«wt 0gotramwGMKa*Sm*u w PMMttROap©MiftiIoRyPMC*suecoNNuem numwltage atenuGALecMROLwPMMftpewt*wmore ese anocontrolcchcei MilBP mreMO»ft©*MraulA ft UtemCALO0ORA£10 ©HUW©MDt PO*V>WBM©.?MSYLC <0 MNCn,OOWVTCR ft©NCTWOBtf©CDUBBLNIillUUlCJU.KM WflCRtG VWJ n wve©muk ft Atter©min t<gpabm at aa©m nai©wiuicnstK com ap©0MCAMELMAA ccccgnasiWMI ©MUM PBIAUCD ft GOPBUTnRC*0C©P<G K Wa©flbMC*ri*a4MRAILSGAM*WOW©AAOOTW CAM**AMAuOHta aSATPMALlM10URAl©GHf AaaaiXS TOrMMEMBKUWMAMQ0*VW 41u'.IW0VU4Y*040^0AMR<TKlfDft acxv xa©WCMMA4W KWNVR, ft EQL9On.NRfUOKGUtt©K©Hd*W©S ©MUK WAMRWIWPCRAPOBCO0HaoYEARStoot0T«0swsw ACCmAM man*warrantt attestrota©cinets w wo*M toKinMirtw<*teran0MtKLAHCft0«NM4©r NSWNTOKrrWtrarCIMRCt 0PMCSSBUU9XVNOTAttvaOMR©WM?OC*«R. ri©mhrBuu w *arteueta»aTOMo0mi twin©Kimanpat*woke nOTOTCOMP<ET©N0 PfttMCAfmPftLt BMlAUPR ©Wl €001YS?PM SCmtN©AA© UANUftmnK. mpmc*mtaum»ru napuBiaeLEiftNvceBRanOT rrsrp©moc*muwbw«bPWOtelteGOTMOOTmtBaiKGKtttTOtNtlM©MT h)bV4MCtftMsaumctomy. UftACSPBTAUfNBiKL G6QMG0IAHMwuvl0lYfHMMlWGtNWUCTOTIKMKPKATtEEftttttNUtfVtSPREttfrtOURP©EYSTCMCMdOUT. M.PMCSftrKLfR ©MUPfRPORN ©*1*9WNrvPR0ER PW0MW00GOWCBMNTSROUTMGAMRWm,KPtATTttTIUNTX BR0EtP<lV0ftANC«RtM.Tl MUP0tCttOTJCTDN0PERP0MUM1t*rt MPtAl TESTS POMTftRGRlTMttKMtOR*ne VU©4MM(«AWW ftPPTSPNOT 0014*1*PPMLTUWA01R SCMTOUOTTtmA?TM ASCMKC1E00OWNERSKPRtlCNlATNE. BL MORN A WRfHW4STATOiWT 1*1Ml QUN10GISMW KPNMBMOTOft ACttKHMOTM1WTKCCNVRACTAP©nuTAUP*enaNt*UOTMBCMEMJNO.AM FuUVFOTCnQPW. PL QPmTOROROrrxTDN0HAGS ©4AUBCAUCt UWMU 0*041)0PROQMA tOBMINTrvaGnaactBjmBCftBuauvm©a*part 0 toui«00*00imEW cobbamcsmm©GtKRAt©aLAometx ap©app©0tolisotcrator ftimu^MakoukdbiMtpormstomTwiowjuncK w ftACSftSTruCn ©MUCtvm©<WAI GATAftlOK CKmAXmBK WTtOTMCOBtTOKTRCMAHCAooarregucit. uoawaRTOCOOT4<«T mu r acbjm©MKta09controlorrw«cam*0<w CAR©TOKLOW POTBTCRPAC*WCTO<»BK MCOTWICVOT ©MU©GM©a«OT©CMSGBHURACID STOXH MIMJOTSOnOMWNDTO COTfROL*KflDOT ©MUM©KR t TEAR S0HUIMUCOTW*ft©WBnoWCl GNAUpaCRTOLDMROTWRT m©OOTTTOULTO 20NFR>m.tt8TELATE1©»TAMPA.HSM02PHONG111ITO1«NEOtTRY NO.Mitt GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 66TH ST.SOUTH MIAMI,FL33143 (MNtV W rimmst x* vaot r*r-r can.wwwot P4TO<Clt©^M£«Sl X1AW4^__ MECHANICAL SPECIFICATIONS M001 Kimley»>Horn MMS CUEMT PROJECTKFO HtMCI «O — Ml 00 au—n P* *Wl GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT MECHANICAL DUCTWORK DEMO FLOORPLANS 201 MFRMKJNSTSUITE1400TAMPAFt33002PWOME«1X430.1400REOSTRYNO.IS»00 20MO 5800 SW 66TH ST.SOUTH MIAMI.FL 33143 ~ NO MTt (ONMamOMPCPtGXPfnN GENERAL NOTES i.MiDumomoHRMamMiarDOMuiwoMEW,W>M»NXHW*W«*f <•>«O IM.*WKTV«1|WUICUNMXU2LWaiC&UM0*U*WMMAttWTMLt.i 4uoucn*MKM(OMuaco«HiiuMmncrwCUMateMOMKM0MU«SW>.«.am-aMMM<ac«W4MM«NMn«uiAMi<arMWCCOMENMm0«4CnMX»OMM«*«M>UI<0nunuauiwmm•.«UP*«UVtMtMniOm«><MM*l*CU>*LA tiSU^ V\ROOF"Ductwork Demo Kimley»>Horn 201 HnWKMSTsumwooHUM.FL 330»PHOK 01M2O14O0RECtsnrrno.Uimtono KMJ GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 66TH ST.SOUTH MIAMI.FL 33143 CUCNT FKMECT MFO - ——.. -._ MX MUMU0«mencamea Mann m—m a*amn:*M tejut MrOaM tmrt >*aen MMUCtTMIM MMItm Ht«Mt MECHANICAL DUCTWORK DEMOROOFPLAN M101 GENERAL NOTES arwaK<^i«M Mnca«Tf wwmaKMMktvM*ir««aaiiMtronaa.MwmMtMtocroaaa*M1MM noMMTOO«MH»Mr CTOMtMT catUCftXM. TOMCOMHomt ww touawn «CN«er to uunro MA VMt*er cue MfMWMICtMCM rana torate—a now.MKifH)arw afmMa>«*MMMAnoaco.aruoneta mere ecNiwcrca bwa mmmaotf mai«ukk mm nonce ouctanMmwcwmMar •<cm<Wt««w» mt>uicmmveeatCHaoeamQ'twauaa*m eoMiwcroa cwutwatMtw»hmmumtrmmRtTOMOaMCTOeeMTMTHIkMOtMOMSCMC *W*AACnaM*MMU*K>t tOMMuanamcMut>«coMMCtcM»aninum nCtM*>«««K»om«n«£Hts>toMenmca»Mwnmoo* COIIWItMMUUMMKAMHUMTMOMIMMMtMATA mt c^mcmsimunw now wimuww. MunrncrnMcwiti tit iOimui trow Mtto<uw«mmum»ea woto’i*<a>tw. OCWM lOICBI WMOtMMualr "MMUorcwifl CCHCML*CMWCTOR TOlit n««N»CM<MTOMWMlwiocotmenmaaeon CMraMeeirnucKM 0MOMKMICNO TOINI IM>TOW IMTMMlUMTOMWtl*W»W«M«ailW KEYNOTES C0UMIV>«MCN*TOOUKMIMII aaTIU.«W ONI01WMMMtOCARftMMMMW Roca M’UMW IBKMOSOM»Ul<MaaWtOW MOMTONHOtUnCNMA«»TOaTU.MOt*U •IWMt'tWWtClMmunitMAwrtmerimikmmowocmMMOaoWTOMNOMOMIMWUTO—MKMCU100OI (ROOF-Ductwork-New'••X wor.fr Kimley»>Horn ?O1NHW*1JHSTSUITEMMtampa.asxamoreen«n.McoREO3TRTH).»1« HHO GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 66TH ST.SOUTH MMM.FL33143 CUOff PROJECT INFO -- —— -— —, — out mwaumponuriKN m0*9«r *•oecaaar.MN 6»n ma*ct no MECHANICAL DUCTWORK NEW ROOF PLAN M103 SUPPORT AND INSULATION FOR ROOF MOUNTED0AUCTWORK zouLasuctam&asasaa jjnftusLCusaaMJBuftj mx^jjaaa wrun.tuiWM lOllUU<>IM»t)CUIUU<*MUM>UtTMOMOi'a*.«m><»tou<iuma*W•onimmi«iaa«m>wnmM••M nriw>,nwwa.i w mvmow **aMnnotmailutt o»amkmo•i«orNUMcnow v*unmicamumtmudcuwmatt*mmmcuct ccnmicnoMcumaamhmiaxaittumm«1 wit»cucr wrw»auWHmm*r DsG^jiSBtUttiattuBfiafiien TYPICAL RECTANGULAR DUCT FITTING CONSTRUCTION\?7 ir«iv (ROOF CURB DETAIL mctamulm tMM DUCT TRANSITION DETAILS iBULtata^itiusaisuaaiiaaLiSam xiBiUM&aaitaaaKKuxxuxauL^iiiASBa. TYPICAL ROUND DUCT FITTING CONSTRUCTION (CONDENSATE DRAIN PIPING DETAIL NOTH1T^SMCMOTTKTMMHMBOr «MMMMCMHUOTUIMOuwmtrKOMMianiumiMrouiNmcTicccnBMiattviMiMUMcnMn (-\DUCT MOUNTED SMOKE DETECTOR '.•/w»w Kimley»>Horn 701MFRMOQJNSTsuntmooTAMPA.H»C22PHO*•uon.ucoacaotRTNOs$mamo GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 667H ST.SOUTH MIAMI.FL 33143 M200 Kimley»>Horn ccaM MM.tn ^UkA.'OI nnW o/nuMt AJ LA GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT TUCKNOTO.OATOMPtROCLKtOAlO AU WMlMV MtMM•©><TMOCTMUOMDORNMOOOMMl HttW ARtKRM CUENT PROJECT NFQ OAU-1 •CONTROL DIAGRAM DMh MMDn AM •CMI wt 1 CjWSTIMi EXHAUST FAN INTERLOCKED TO SCHEDULE -EF-5EF-4 ir«r^"KU M3001 mWIMt MmwWTOttWOR mctwcKAtMt 3I suctbaPfMRFArtCN OMMME*•MIMIM13a MntMTO<Tul MilAfaARNewev VRTMTORTUS MECHANICAL CONTROLS -SfwMMTOCRMtftMMCSAFETYICTTOttrwciaoj ARVWRIPtARuRMOtIMOtMUMiUMl1OAW muetio NUM _._ £moak&p ccawomiounce mtoci w*aivqumcimi two*wr MUIt MMOCOOmiAumtvtwmoQMMMMk V*9MO OOMWtMMCnMf f>« iuum»WMMWNtnvTOt«mwA*«mna*MMmMTWMt cmom*iporccnno uwownwr*MtMmMMWmmKMwuM«ec w atr MwvMt.cuct stat*netMt WMfiMouncewnonsertaursroxui\NicMMQumtMiowmou*mumtw MhvhaMtfaiitacm 0*CMVRC110R1C0CCNM3 Ip VdlMRTM W WTAON’MOMXD t*KM OWLItllr^~MO VOOUATITOMUMWICUORSTO TMWAW WlSCK9VU.OUTMtMfOMMAMt >TOCCO «0«MAfMMQf«WTONR WtWt <H«0*TOW TO TO«0*it orer •wrwt*nwMtaq«at to«mgr Mt VOSTARYWftRLCCAtC U“*LUM NI&«wr RFCR CONTROLCOMPCieNTlMROtOJ»CO LMt tOMMOWtCO MMMTOMTtRN*UMTCOWTNXSMMO«V ttUWMANUUeMOkcontrolsCMCNCNTtouraeeofmmstMmc to M **>«••*Mk CaNIRCISCO*rRA£10R.LNYCQNtROLmm3RtDLMM0MtfHMAM«•NMWCDMMIMYMUBC RCLED WPM CCMM»CONTRACTOR RtKRtOKAMPORlocatorsno GAUNNBL MrtRNnCAUVtRAAWTOIKMlWCCK^tMWW'NIO’WmMIX TORT *ANSWO OR"OMM'AaWPNeMMA»MMUMC*t>«Wr/C"AWPWtO«Wl»Wr*MPlMlWWWJNT^Mepkiaumutomm MM 10stnwWWBIHK f«Mtw AAMMlUn*IfimflUUMdMMMPHfMBUS MMIMULUHRSULMODowrPNlIMMISCOKTANTVMUMtNOMMCCNISaWBlVMlSWAItWW **KMIMJK&JUa1MMIMOMCDl&UMUK 4MSIMUMM fKMMMMM0MMACURTOWtMtAtMTOKM<O tMUrf FANCRfRARNO tTAWXMCMMANMAWCtBNSM0«NO P tWMNYM0CAMMOOONNOglAWtlt<NMM«MM THAN•wwn0>6A wpq&win WGOTTWw»»a MWCMMtff^anTOMJlMUIN'mCMn’OWittCMAKAIWCMNOamtMMUOMAflOTOSMMOWMMCUCTROKAtMCCSMU<OHO CH,KAM3 COLK9comaMUTOtMAAT»UA*PTOC»TO AUAMMM «»nM»MN3OM0AMa WO1WTMNA tUNUMAMTOMMM1.HkWlNWflMl MHAmGKLMGltniW’ClMa OWML 5800 SW MTH ST.SOUTH MIAMI.FL 33143 NOaCMUCNtMSVTOTOIW TOllORMQCUMUTONMIWAnCNOASMMOUCtfitMWMUTO MilOOMMMDMMMCUQUANOHML «NW SWIM TOKMMWEftMWFWWTMNIMbaMMOMVTOMWWWMl14000*3CCl IM3UIIWTUfM H«U0SO»MM«NMMAMWNtfltQPI TORUUNUIUMAHWMMTKOWMMWMWMIMIMMl«41tAWOMO*MT MM WM ITOANWMNI1MTAMG«OR«UIRMtrvHMM•OUAIf«fMMMN<(MTOR W MNVt•MQ N!»•SWN1Ml MTO CMMttf TOAM0«CMM1IM MMIMmUMTOA WWN1UMt Nw twit WTMsumvUN«OKA amUMIamtutu*0ott.MAMUVTO «U W**MJNAMSMSNGAUIMIGOMTOOUKKNOOlNflATCmUtCMIOflMl0CTOOMUT *©MI VOW*AWMK RTOf tMMUCLMAAItMALNM oucf tuncrassuMSMCR mNHUMUHSTWOE1400TA4M.HMQ3PHONEtUOM.lUOREmTRYMO.JSmmoo D3iSlJ.tWlfiX<»NOKAMXAMKAMfYKNM»MMMUmtCt MMMtf tMMTOaeQNnau*MUMOMMM«r»*0MTOR AIMMI*IMiuMO MMMMnrMTUN TOMMIMU««rWANTOTOKOrbTOUMNMMMMRCUTMHMUTTTOU»TO*MMM.«1NO NMiVMRlMMtuTOITWMlToMONKC*tMRON WVMuTOMMWriRTOHMMKrw«<AOTMONmaimklaaMMCMMtmWUWMCAOUNirCOWITOUMIMOM0MNVNOTattcpuat TK rCUOMNO TORTS WUMMTOTtniOMIK TOTO fOTK OMFlMlCONtMUTR UMnsnreoAMoUATKWAIIJiTOTTONTWK’IRIUrLlKN0UWKWXOivKITOMT U«TOUOMMOROMTOMUMMWOCR TOWN WMCUmCUtR TOMIMwsun*MCI UNKATV TOVnORCUTVCCNRtUrMMCUTVMnAkammitmmumvNRfurn-OAt.tj-ii-nMTtmneKSKNtRtMMfTOOrftumYfNisunaMRHWVWTOMOVIN'ASPSCMKUORSTAXSMNVW SCITONtSMUK TMl1*6»CMMWCtUH_SMMUTOUSTOCtCOSOTOQR1X TOTOMUlOSCf M«»<»3RSXMWTOC*TOR OCT WAKE«3 TOJCMQt TOWLMTOAMVMC00T »«TOTO TOURWrt WRI TOW TOIMMR.WWW U9MTCRMSsmew TOWLSOQUAHMWUNA RMCOMMMMCTtMKfCDOaON.Al TOW TORUIK MrauSQOW TK lOMIIKaKDTOCMWnh WtOUDCK GT IX TWO01X0ATOSMKWCM RTOtMTOKURROKWIKIMUW«W »t MMMUUAMOM*C*Y.R CCS«IW wv WA ITONOA TOMRrt •WANr«03 »NNTOMMA»«ORsnroror 1IMOU»l*»»M«Ct>«’«IWiirH»lO‘WK»fM<li TOWIIMAAVTOTOMR MNNTOMMTOflMttFRMGKN'MNLClOMtf TOGGUONCRTOMK1CR IK <KV UOUMCL.•AMUR OANRFUWrTOI’M »MU X7MLT TOMAKHUNKTTW&PWIBAQRIIM AXTONS 0F«MM0O4TORW0 rN»|aMJmMMMN<MMSMC*UNNOCYPOUN&AM]OSMRA11A WMMMMMAINO AMLM0MMOR. MNO TOCNDCS TO TH »WkMtCONTMUCR ASMINPUT.TNINMTOM.T TORTfNPSfTTOWV PMMTOANTRURIMt t V M0R»I|NMtM TOTOUNTT CONTROUCRMIWMlCOTNCLSMUSMOtCCRWMSU,aKCNUR MMNO AMOaUttCMMNH fOSCfl TTOOSUTOLYNRTUPK7KMT.NOTE TUnAATUttKNSCAUUMMUSCOFORKHC30RM(ML MT KTANC WtFONtMMtKemwOOMMmtNOMANU.RONINGIsCOTOWmNNO w AAO SMMM»CK»rWtMMUttOO<lAA M«OKSUNGVStTOWrRttfTMVStTRCTOtITOU«S9VTMVM*W AWOMINOVNVaUIStMTOT OARfSINCMTAV OMOTR MRhOM ..AM ATO TO«MlKUMTOTORCRKARIM0»AUTAV SOOCOTOACtlD10MAM TOSMM U«WWRTOl WTW TW WOKAT %OfMOOTOU TO UM«V«nMCR0M KMCA MCPtRAlG*MAC MM«M CAftOUtVPTOOMANI TAVMMCTOTMKUMM A TOQRLt turfTOtCTOM 8AIA&VKIMWT CEtMMOOUXTO 1MKR IMMMMTOMCTOGHUTO MWAITPRTW.CP SCTOONT TOTOMUMTMLVMSU TP 0»«UUMA WNAT ItTOOMNTCRMRCPMMU»MOMMMTXATOfCTOIM1RQNIHOORAM.VT01*0*1TOMMIMUMMl<rK TOI ipmUnniNlWNA1TO'FORI TOnrovucure TARNO MMATOURUCTOTMPRCKTOO OTORK. FCt»MSIMTOOMMMAWRNCPIW*MSMOAMaVMTOTS WR*VAPCT«mpetTOMMR TOMATO011toaxisROA TWW VW smMN a«AASSttwoomAMAnamHIMMIMMATOAMStTMTSNVMAOCR.MMENICRMIMMU TOant ONOWMtQA fHR AUtlUMNCtF0TOWO TO MIPCTOTmuMIXQf*MRTSrWW OmRNHG AtUI ivnfiMtiww «W MR MAN tMaCEnMNOV FONfSAI WttT MIROIS ARtM»0IWTOI WTO IMMKVHMONUKSIMTlMCmO MROOCeWVOMaCtUMWlSMXltOr IM TOOAfiCCROBCTOtM M«M>O AAQKO&maMOMfNOAANS3MSAOlOCP TOMa«*3U0CMAlt TM MTOV INIWO TO WRAR A OUGT TOaTK QTOVRMMnoSSTOVOAlMtratLMMAtMlOTOOMvNVRUMiVPKnKWTOlOSMmIMAI>MI WOCtAmTONl lAMCMCmAOANOSWAMATOMlOKMBWUO.MMITO MlAlO^TOWCIMIM TOSDOOIM*. SYMBOL LIST ema weww N ARMOOMW AQ NMoooumn 01 CBOtUMPUt 00 MtMOUfKT ©1KBMMTAT 0 MUWOTOTAT Q €MR(M<0Bt KMKI $CUCTUMIWMMMUCIC* AO lUMr MTOTOOATOO ft*W 0 tWTOMCKMMaTOMDarVTOW ^9 omwto hwsspw in sot a lUTENDMaMNaKMPM»O«a ewMMMA Kimley»>Horn ttflxfiauLcatts&l S5TC*au»o»»«mo me ouisnmimr»cm9mi *mvcumi rum wiihawant vouxmmmom UMI WVUK’WttCtftftmi AMeTMVMDlMTtDCOMTMLMMl.WftMMNHMk OCVKCI THUARCmCMQPimWlWBOUMAIftkMMCMfNT•¥>«•«*«WlAMKT4RUJMKJNU MIUVM4 CARDiFRK*TOCWOWft.000*0*01WfNKUMMfmumrlmuMUIMM*poowtof MB *39MTFOFflMt BUI*WJMIIflFM **aU1*aL«Nl0WMfRM|fQ*«QMltJMVO(RniOUM.OM»mi«XUA»«AMO»lC«Xt*nTfM WUnON |tOMOorcmfKfwiobckmw«n,Moencft«i*<»co*Wi tomchr#fly ar km*ktmm woohm MA. W KUOBMSFCtlBWUHOTT*MOM XMCO ClCOftM(MlCMIROUMtYMtOTt*COMMAmtcM«MM vwM*1AR MF VWUlMMbMarKKl (MJ IIB JtflOMRCMLVtNM»V W MRUS»1*W«•lAV VMMR WO*FORtOlA t CW MnvMM1WO9 MiMMLVI*RWRltaM*.1M<NBMClRai*0R*DYYKttA 1NLUM1CtMIMCUMHlML LMUftUC X tLOTTlMWOWOKBMnYCMBMUMRCONrteJOL&Y.UONrNDOVOr MlOMAbtCNRU X OURMcwmBwitotmam OWT VAM ffWq*A MtccMWAMvraovetOMi baww«*»*»•mv h x iomm foxo*WMVUMMMUM BYMtOTtGOTO CMMQCUF*M«KMVORROM W W MKCQKMIBMBCMPWAOVOObOUBA0<kwaMOAM0VJUROUK*«M»HU.MownCM amv *0 toIMWMAMtmooomoM*MMMjvwQHVMiMiovouimiwrwbcuirwmuBTmirv^otwTHi*V*OMMCMcttORMCaMV4WMt*XW«OBKCaMAO»«MMA WUCBMnt WO co W*IFCEfcOUCtCKAMCRVWMX««»—<0BW3 YT|tMfcVKl,uamt GONlMCtMtAlOIBVtM KWH XMMCMOCCPCt*CBW fWCTMVVWBMUV«VtKmctil«iMMiM0MMMtrmMVA3*O<IWMrtlmV*X MA AMI *K1 X 0MBROTVM9 Al W»MMCMAACIW10MAM^mCIM XWMMH9OtWCWRBBBAAlMLUiJIOUJXMKACOM XUMUR?fQBQIf BUtTCROn XORARBG.VVWVWnOMWMmmfMMtMMil Of X OVAl CO*9TFSVCT.QFOrVMMU»M1M1W1TMBCT tOmCMAIWCtRMMfMCOOMRV OmMMOMMOtMMOWAftRiCtMllCRIMDOCMtRG.9Of XRtIMXMAMIMMYMW>tOmUMVHMCVfX Y B*T*QMt MtCMXOOlMMtMVOBtAOMAMCMXmfilflOOOWieVa•Bl*(MJ'MI'OftBIMMBOMVMMVOJ)1M»t»MW#IrMVU«m WWrMNlotMMBM*OfIIRMX(MM)XN0*Mwtt OCNTNLI*WAMKtUVMWMBCAfBWMBRRMIMMUMMStCMOiTOWKACM1XMQMMARCMMUKMABLKYQMfMMMMCFORTMMATttOXM*MMUD.9Mt*0fi1NVUMXCVMIMYKOnDCMOtDWI* CMCAKDWMMM9FOTWYD X 0*0IRR COMnuuxOMMfOVt &SfiSuKS&Ct NOMRflASMaBAtft BMDM X BMB O«U ttUCT X M*CIY MF0WBB0RC9tNCL*aAAMCOMOMMmM'vMfMAIMMMCf limmitfD*nomclRKTMtOfinMflMUttWWC>OtfRfifMuMlMOiMahUMMOr«VUIWi»\MU*lMVniMt9Vt*WtnwOMImAVOIOMQFCMNM MtIDTORMMNAVOW IBM•1A0JA WlMU Wit*MAMCMM 9CB *MAt VMMO AMV FMMOMDOMATCOtOMKOACOMWOW.X CUCMMAfMOMOVUMCMAA KAMOCOOKC*CCNimOMIMMQMCOMOFO109 10AWMNOMTO#<T4I«F MNOF.90NCOMMA WRMOTOIOUiaSbARtMMMnmMMBBOMrXUMTOmOOiMIXMArMCA.MMYUOTOMBAM94AAH9t ^^%B3Ph3tJXIWl£B<WW ATMMf»OMA A IMU M*0OCKAAtAMMUKUIhatotNN0M.X MMOMAMUCtX IMCT «MMMCRFOtOOV SUNttOMMM3OTOwuAMOrCMBM101LIMUOi9fBRIBaMMMCVMi•W WO VX CHOQA AYOCfaT •BOOMVCCS•HBBWM«kM h<MMBCTMftf •MUOMOvmw*cm•w»mmwm jnwrMi<onthatBrravnmimbnuuttbotMMMRMAMMAt10004OUW<MR MOCVUMMA.>OMUD 0*UMHOwttlWlfHUQUAUICWMVVTWAVCMOMM*M*AMR9•Of *W A*W*WHMWN»VX X"BOO**OGVMUMSOOOlMMItAMAJMMKKAItaBAMBXAMOR. ppRtKMMSvttMTtnVaicXI.MMmiiaOVDMORi fWVVU MMMB OT. MJftIVtmllJMBlUWaoum<RMW*»xFUlRMOCURwijcwmc9aCambanoyor.x xrowia o*noox vo#dmmrbclouamdmo mamtvtKMlOAMMXkAXMfcfAMBXnOMwaRMfWWfIMAIXUaMCORiBAMVUARmrmuuvF4<NO)Oioimuw)OtAYOK XRBVYMNt BO*KOUfUMARMMKTX avlTXMORTROIX VRCSBUNBOOM tn#9Wt OMl SAWCOBCR MOK Y*w RNR vOJLwXtwornotawaorrakmmvrwm•omawr t*mmmanifm umiwiuo<R X BWNUMAlaANORMmMaOXOOMAfSR rata amma(AU)IMR MNUnS«I0JVRXMRTXYXSUFKVFMIlSOWCNARUaMMLAM’BTAfMS IB OFF,MMOMR Ml AW0RIAVW FROMOMJ1MtCONtROUTR.MOWAAOCOirBfARC FWWIRF SMBfCMSOMt«BW1MWMMBT AW INNI RBOIW AMMVUMRfMr.W>V*IOMMMARMAMM AtSuMaVtKtORRX Bum«ONCt>SMU AMTCAMYCMtVKTM’S X IM AUMlMlAVVXI*TROTH (RON OF FROmoo RCUV X MOTMUOtnMMNOUOMMlBVtttMFX CM0K1ftMROCS. /AMR"O«U at VRMMMPOFRru/MAM*aCIIMMUBCIWARMOVUMAMMA/QAAWRADMFtRBOMUMFCMXiMLrZCOMROUmiRtfDMfCUAVROTMNFYAU CUCNBTOCTOFOR CWtROC COWOCWflMOQtMRQIMJOIRMOABBART9RTtmaLWfTCONHaOtSFM0MVMOWlOMAMlMMtRAC*WUoornoMfiRRocwTiiovtactorm«9ia<mc roIBFRObRMOrX»<1»OC»lMaW AW*corr9 fttosvocf oioooiBO w’mr rocRHONOORntUMIHURROU9«»XCONTROLSC0MT1MCTCR [MCUtj NWCOL BumYAODRteMfOom Nt'uuaeaotMMffMI z 0AU>3 <CONTROL DIAGRAMs2zmi IRMaiYQ ttMM3RRVWt wrutRh WBrwtAM £toadomMjvatttaflvum «W MUFUaMMUCNf timiOMSaUVUM UFAIMUMCAR*J OFCOOatClMBCMWteOBUCONTRAMfCMR BUILDING MANAGEMENT SYSTEM ARCHITECTURE KT4 QBAJCKUi&fiKStt vsvravrua•itBACeuau.MMBACMinRiwwcaimva»mfftiuWUKWWitrmiDtMlACCttMttRMMFCWIN«/w.ifiqMnvnwimothvt<miwuvp mOTrwMrtaaMo.mYwmlmr atmtoamom*o»cvnmmlmi$cfCMnA ARIMf RBFNESW RMB *M|RRFMVaWV**MMt AOMRlOMKRWiIMUW*a9AU<0MRRt t vmcv VUT UUS WK.V NOMAM*BaTTK BU«iccirp 1JU’RXAMOM1MUMLMKICOM<B«tOft «<tt1CMCUMOOMftlMCA WRUMRMUwtftRMcornu**0WW W unfUK 4 Manu«RL qKUFMCBMhMX tBMARUNpomatum f OMMBOOUBURU9 UKUDAOvmMMkKMMBACRcr093QOCT. IMMROBltMVBraBim ABAAMaKRABMlUftOMtW I J»-»ACM«UV VNUCMLk X B’MMML mfrr cmHMMYIfGURUanlot01001111FM10»IMMMCt SYMBOL LIST mm oucanoa a AMQ6BVUT JO AMMOUTBVY DI OOttAWU BO cvan«amF 0 IVMXUI ®MACSIM G OMOCMDORMIBMOR MtM»1W BMQUKIUYOR Wm|MtBUMARW0 S3 TCWt¥TlMtt«RoAMQmrUNMvsCOTROrmMMMNDQR El time muaaccuam S3 iwvwroi ^1 ORfOatMOR 20t N FRANKUN STSUITE1400TAMPAH3NC0phonecissnimREaSTRVNO.UtM 20250 GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 66TH ST.SOUTH MIAMI.FL 33143 pgtMDtr vm om—n Dr .__. MOOhjM AChC 9K WOT nwMctRojaas! fi raw MECHANICALCONTROLS M301 ttoxttuumaa mCTKMMUMCtauCTMDUMT»M«iW3 CM.HAHnaMCOtMK»AU KWHwuK aTUMtU«Cft>*«UMCiMMtlOII W>A WMod«W«CAMMM»0OK0MCOAOT11MMHuanMHlOrCCUMmm*BMUHKNM»«a TtlPtlUnMMnc*1TOMAMor Ca<<MU0ll«UCMMCUD*mucartwam«wfmemum mamuctcaumtBOMcvccmm'm amctmrrmrammpomm*toactiimo to*«t*»•»n«•** •WFCUOMORWt(MOU.CC MHOMOnCMM«1VCCNIMU0 tor«MucrttMu* «*VMai WM/TCMIKAIITMMM«T IW WHMTMMmCUMCAtWI«WMU.<H»HX1UtOXArMtW M IMiMICOKOOlHMU wmaa »«IX KMMHMMU.KMCanHueuMr. ar^UjMCmnxa.^^HnSf4xF»MiMUMMCONINJMrHKVC«0Ml«M<rTea«imiAMNTHIKMlM.R»nMu**imriA>iMuiM»tMttM>oi'XOCM«M&occw<ouiecc»*tm«ia»cr in.mamokmiO tom ta«oua<aMOKoumeM>>MCMUIOIIOM.nesUMVrMIIllIVMUMIlOOUATromMUUrilMtAOKXIAIOmMMtratf HIMMATUMMmMT. »»UIMKt*.TMtMOirFMIOOMlMIMiMOCWIAttOIOAiaOOIOAINOUonReiUlAVMfOCtUraWIIMXMOKmMIAMFIMMMlMCiMIOMOOklMOnarMOuocK'MAOcooaxnjA'WMiiuiWMUiweMWCKinutxMi ^^ttWCtSnSuSblMUAACAM •*tr»c*(tAMAAAMCOMOMOTOAIHO TX <00*0VMC nwtKAMMMWMMUCt II(CO *1*0*MCCmrtmtlMMTPCWt MOU•*MOMrMAAtWMICOIIMMWMIUM-—LULMMIII HAI IMIAII II (!,I—II 11 town r«CT tOOUMItMMTWCMMlOArMWXKrXMMUMMAUUOCMAMUICXXA’MCKU 101*11MHOMAaiCIUrMnOKt.M»«U«HOIW«M»»*a'n»«»1l«A«’«B<'**»*S>«tOaA««Ha<tlKfllll»aiMMArA«»»UaK’WA>MO«l®*l»<6*»n»1lAMOICOMKMa wMnrvefwiM VUCf IMMrtVTHA tMC*0*MMMMTV«MM*PMMM00 ««0W mOM*MFMI AIMMNO'••«MimMAnc»M»TUconnaIMMTfM*COMMlIMUtWPMuMntOai.CCHM'Hintl'MMOACMaiTroCOMVMnTOMOPOaoir'lIIMTnmAA’lMTOtMIMTftOmcI.AIftVoMCtTtWMATUMCMPIKLM>*»M(MAtMtCTK>>r1T-«ClKnKAC*«tWCt KAI1OW1MUM ItAOCDTOUAfnAMMAIM MAO n«HMTKMt.PR0vaAMN»*AOCf MIWMAFMOMUHOMMOTTCONTRa.MTMIUMWM*HMM OfflUlTC>«<»OXKU>tWt HJMOITT PMMHOMLOWtnM W’Xl'CKMMlWwwwra»aOf arnao*M.IKIOAUOtCMTOMOCK MMX «OMiomMM ATAUMX Q£^^CCTOIRV«M«lV MCfIMAUAUTOMAnCAUIfACTMtIMMMAMIieiAVineiWmilMMACIIMIKMOf MCALAMaCLlrn«llVIOraiUMICKMllJM0aAMaumuri<TT*r»r camkm «mMtr nuiAma «<uMwcnrauooMbosatvinwmmma fat *w*nt*maXMMMTMIIX*M»TIAM 04AO A *MBCMM.AMI AUn*aon.MOOKCAMX AVMJ*«MMW>m0M«TMM*0«eMunXnotwonHTA*VMSmMMIUMCMUMOCtAMOKM9M01OtOKUMAAAM***Ci COMMMTIOMTratIM&IA C»»AOAirUMAAWMWtWIWtAMTnHnUnMOIMMOeUmffllOMOUWOWflMAMCWIMCfXAIMWTMMTraRUMAMO*HIMVnoMn. OVTKCMMmMUMDAMOTM MOfMAno •» suite*MA*AOI ATM OAT r I।co>Tia.caMfc>iCNT>kom cao-cOoc am Md orAACAaxIM*00*1**»*waD At t«if<*WT 1 I*AAA **ll*U, L 0 ixtu uWWurt 4 nraii> WaMN*KTG*»Qva 10J’AAfRi|»t(ZMD L4U41 »WU $ © aucamoico*o*wt»rm«r »csrwomn»mhmcatt ah*c* EXISTING PACKAGED RTU -CONSTANT VOLUME •.W/ELEC HEAT -CONTROL DIAGRAM (RTU-1,RTU-2,RTU-3) 7 ir«w Kimley»>Horn niNFRlMOJNSTSUITEMMTAMPKa3N«moNE 4tsen.M0oREOSTRYNO.MT« MHO GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 66TH ST.SOUTH MIAMI.FL 33143 CUENT PROJECT INFO — ——— -- N»o*f»CMiMMC*W OnCMTEM tlKMtn M Mm»n w» otsrOn auh ie*i ir.rr CATE WHOA mixerus «***>cw wax** MECHANICALCONTROLS M302 Kimley»>Horn K«NHW«LM$T SUITE M»T*UPAFL»mPHONE’U1K0.NWreostr*no.»<m MSEC GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT 5800 SW 66TH ST.SOUTH MIAMI.FL 33143 M400 City of South Miami, FL Exhibit A EXHIBIT A SCOPE OF WORK SECTION 3. SCOPE OF WORK, SPECIFICATIONS, AND REQUIREMENTS GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS 3.1 GENERAL REQUIREMENTS. The work specified in this Invitation to Bid (ITB) consists of furnishing all goods, materials, supplies, and services necessary to provide a completed project that meets all of the needs described in this Scope of Services and as otherwise described in this ITB (the “Work”). The Work is to be performed per specifications and the contract documents. The Work is to be performed in accordance with the specifications and the contract documents (as defined in the Instructions for Respondents) that are provided to the Contractor by the City as well as in accordance with those plans, drawings and specifications that are required to be produced by the Contractor and that are approved by the City. This includes but is not limited to keeping the project site clean and safe; the furnishing all labor of the Contractor and the labor of all allowable subcontractors; providing dumpster(s); disposing of materials; providing all necessary engineering and architectural plans, drawings and technical specifications; all permits; all necessary equipment, including rental equipment, machinery, tools, transportation and freight; coordination with any other City contractor, subcontractors and utility companies (i.e. power, gas, water); erecting construction safety measures, including fencing, privacy screening and cones, and ensuring that the safety measure are in place at the end of each working day; root pruning and sod restoration at affected areas to the City’s satisfaction; cleaning the construction site at the end of each working day; maintenance of traffic and hiring of off duty City police officer if required by the City; and any other goods and services necessary to perform all of the Work. Prior to any digging, Contractor must locate all underground utilities and other facilities as well as contacting Sunshine 811 to coordinate the process between excavators and member utilities in Florida so that the utilities can mark the approximate location of all their underground facilities, including power lines, telephone lines, pipes, and cables on construction site. In all cases, it is the responsibility of Contractor to obtain and pay for all licenses and other permits (including tree permits), provide signed and seal footing and foundation specifications for permitting, as well as all laboratory tests, engineering and architectural specifications, drawings and plans that are necessary to secure any and all permits and licenses required to complete Work. In addition, Contractor will be required to obtain, pay for and deliver to the City as-built plans for all of the Work. Permit fees are waived for permits required to be issued directly by the City 39 City of South Miami, FL Exhibit A of South Miami. Permit fees charged by other government entities, if required, are the responsibility of the Respondent/Contractor; however, in all cases; it is the responsibility of Respondent/Contractor to secure any and all permits that may be required for this project. Work activity is limited to the hours from 7:00 a.m. through 5:00 p.m., from Monday through Friday pursuant to Section 7-15 and 7-16 of the City Code of Ordinances. 3.2 SPECIFIC REQUIREMENTS. The City is soliciting proposals from highly qualified firms for the replacement of two Outdoor Air Units (OAUs) and miscellaneous improvements at the Gibson- Bethel Community Center, located at 5800 SW 66th Street, South Miami, FL 33143. This project includes all associated electrical, mechanical, and structural coordination required to replace the rooftop Outdoor Air Units (OAUs), modification of ductwork to integrate OAUs with existing RTUs, replacement and reconfiguration of toilet exhaust fans, installation of new building management system, and implementation of a dehumidification control sequence, in accordance with the provided construction documents. The goal is to improve indoor air quality, reduce moisture infiltration, and achieve long-term compliance with ventilation and energy efficiency standards. 3.2.1 Key Scope Components: 3.2.1.1 Demolition and Removal: 3.2.1.2 Disconnect and remove three existing OAUs (designated OAU-1, OAU-2, and OAU-3) and associated rooftop mechanical equipment as shown in the plans. 3.2.1.3 Cap existing conduit penetrations as required, retaining usable infrastructure for potential future use. 3.2.1.2 New Equipment Installation: 3.2.1.3 Furnish and install two new OAUs with associated ductwork, electrical disconnects, raceways, and conductors. 3.2.1.3 Units shall be installed per mechanical and electrical plans, including coordination for voltages, phases, and amperage ratings:  OAU-1: 480V, 3-phase, 52A  OAU-3: 480V, 3-phase, 34.6A 40 City of South Miami, FL Exhibit A 3.2.1.3 Repair and patch roof as required to accommodate new equipment. 3.2.3 Electrical Coordination: 3.2.3.1 Install new disconnect switches (non-fusible, NEMA 3R rated) and all associated wiring/conduit sized as noted. 3.2.3.2 Ensure final connections match nameplate ratings and are coordinated with equipment supplier. 3.2.3.3 Label new circuits and provide updated panel schedules. 3.2.4 Code Compliance and Safety: 3.2.4.1 All work must comply with the 2020 NEC, 2023 Florida Building Code, and all applicable federal, state, and local regulations. 3.2.4.2 Provide fire stopping for all penetrations and maintain fire-rated assemblies. 3.2.4.3 Submit third-party testing and arc flash labeling as required. 3.2.5 Documentation & Close-Out: 3.2.5.1 Provide as-built drawings, panel directories, and updated O&M manuals. 3.2.5.2 Coordinate all utility service disruptions with the City and schedule work to minimize public disruption. 3.2.6 Contractors Lum Sum Proposal The Contractor’s lump sum proposal shall include all materials, equipment, labor, and incidentals necessary to complete the project in its entirety. This includes, but is not limited to, the following responsibilities: 3.2.6.1 Maintaining a clean and safe job site at all times. 3.26.2 Providing all required labor (including subcontractors, where permitted), tools, equipment, and transportation. 3.2.6.3 Supplying and maintaining dumpsters and ensuring proper disposal and recycling of all waste in accordance with applicable regulations. 3.2.6.4 Preparing and submitting all necessary engineering and architectural drawings, plans, and technical specifications. 3.2.6.5 Obtaining all required permits and licenses, including 41 City of South Miami, FL Exhibit A coordinating with Sunshine 811 for utility locates. 3.2.6.6 Installing appropriate construction safety measures such as fencing, privacy screens, and traffic cones. 3.2.6.7 Restoring any disturbed sod, landscaping, and grading to original condition or better. 3.2.6.8 Performing daily site cleanup and ensuring all safety precautions remain in place after work hours. 3.2.6.9 Coordinating with other City contractors, subcontractors, and utility providers (e.g., power, gas, water). 3.2.6.10 Managing traffic control as needed, including the use of off-duty City police officers when required. 3.2.6.11 Providing as-built drawings and all documentation required for project closeout. 3.2.6.12 Installing straw or hay bale barriers around yard drains to prevent sediment from entering existing catch basins. 3.3 ASSESSMENT & CONTRACT DOCUMENTS Enclosed documents include Attachment C, “Construction Documents,” including electrical and mechanical contract plans, and Attachment D “HVAC Assessment Report” both documents prepared by Kimley Horn. 3.4 SITE LOCATION. The Project will be held at the Gibson-Bethel Community Center, located at 5800 SW 66th Street, South Miami, FL 33143 3.5 PROJECT DURATION. After permit(s) have been secured/approved, the Bidder is responsible for completing this project within thirty (30) calendar days. from issuance of Notice to Proceed/Purchase Order/Email Notification from the City’s Project Manager. 3.6 WARRANTY. Bidder must include a warranty and/or guarantees of all material and labor that includes: 3.6.1 any conditions; and 3.6.2 guaranteed response time for repair; and 3.6.3 guaranteed replacement during the warranty period; and 3.6.4 life expectancy under normal use; and 3.6.5 Failures during the warranty period must be repaired or replaced to the satisfaction of the City; and 3.6.6 the term of the warranty. At a minimum, Bidder/Contractor must warrant their Work to be free of significant 42 City of South Miami, FL Exhibit A defects in workmanship and materials for a period of one (1) year and if General Conditions are made part of the contract documents for this project, at a minimum, Bidder/Contractor must warrant their Work in accordance with the warranty requirements found in the General Conditions to the Contract. If equipment is being provided, the standard manufacturer’s warranty information must be provided in writing for all equipment being proposed and, if required by the warranty, such equipment must be installed by an authorized installer before final payment is made. If the manufacturer’s warranty is issued to the Bidder/contractor, Bidder/Contractor must assign it to the City. 3.7 DOCUMENTATION. A prerequisite to final payment is the execution and delivery to the City of all documents required by any governmental agency, including the City. Such documentation includes documentation for the conveyance of any property or facilities that are the subject of this Project. 43 CITY OF SOUTH MIAMI INVITATION TO BID (ITB) No. PR2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS City of South Miami Commission Mayor Javier Fernández Vice Mayor Brian Corey Commissioner Lisa Bonich Commissioner Steve Calle Commissioner Danny Rodriguez City of South Miami City Hall 6130 Sunset Drive South Miami, Florida 33143 ISSUE DATE: June 6, 2025 BID OPENING DATE: July 16, 2025 BID OPENING TIME: 10:30 A.M. 1 of 111 44 South’Miami THE CITY OF PLEASANT LIVING PUBLIC NOTICE INVITATION TO BID (ITB) No. PW2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS NOTICE IS HEREBY GIVEN that the City of South Miami (“City”) is soliciting bids for the GIBSON- BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS Project. Interested companies, firms, and individuals Bidders”) may obtain a copy of Invitation to Bid No. PR2025-07 (the “ITB”) to be issued on June 6, 2025, at the City of South Miami 6130 Sunset Drive, South Miami, FL 33143, on the City’s website at www.southmiamifl.gov, or via DemandStar at https://network.demandstar.com/. The ITB contains detailed information about the scope of work, submission requirements, and selection procedures. All notices and any addenda issued by the City with respect to the ITB will be made available on the City’s website. It is the Bidder’s sole responsibility to ensure receipt of any issued notice or addenda relating to this ITB once posted to the website. The bid submission shall be submitted electronically via DemandStar and marked “Bid to City of South Miami, ITB No. PR2025-07 for the “GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS.” Bids must be received by the City by no later than July 16, 2025 at 10:00 a.m. EST. E-BID OPENING VIA VIDEO CONFERENCING: The City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to https://network.demandstar.com/ Bids will be publicly opened through video conferencing using the Zoom platform. At 10:30 AM, local time. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636338 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636338. Any bid submission received after this time and date will be rejected and returned unopened. Bidders are responsible for ensuring that their bid is received in the City by the deadline. A pre-response conference will NOT be held for this project. The City hereby provides notice to all Bidders of the imposition of a Cone of Silence for this solicitation, as set forth in Section 8A-7 of the City Code. “Cone of Silence," as used herein, means a prohibition on communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or request/invitation for bid b etween a potential vendor, service provider, proposer or bidder, or agent, representative, lobbyist or consultant for the potential bidder; and (i) members of the City commission; (ii) the City's professional staff; or (iii) any member of the City's selection, evaluation or negotiation committee. Please contact the City Clerk and/or City Attorney with any qu estions on the Cone of Silence. Date Issued: June 6, 2025 2 of 111 45 South 'Miami THE CITY OF PLEASANT LIVING TABLE OF CONTENTS Section Page Section 1: Information for Bidders 4 Section 2: Terms and Conditions 11 Section 3. Scope of Work 17 Section 4: Bid Submission Requirements and Evaluation & Forms and Attachments 21 Section 4: Bid Form – Form 7 38 3 of 111 46 —— SECTION 1. INFORMATION FOR BIDDERS 1.1. INTRODUCTION/GENERAL BACKGROUND. The City of South Miami, Florida (the “City”) is soliciting bids for the GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS the (“Project”). The City hereby requests bids for the selection of one firm (“Contractor” or “Bidder”) to provide the work for the Project as set forth in greater detail in Section 3 of this Invitation to Bid (“ITB”). The Contractor awarded a contract pursuant to this ITB shall provide the services, design, labor, materials, equipment, and all incidentals necessary, as further defined in Section 3 of this ITB (the “Work” or the “Services”) for the Project. The City intends to award a contract to the lowest, most responsive and responsible Bidder whose bid meets the requirements and criteria set forth in this ITB for the Work described in this ITB. 1.2. SCHEDULE OF EVENTS. The following schedule is anticipated for this ITB process, but is subject to change by the City, in its sole discretion, at any time during the ITB procurement process. No. Event Date* Time* (EST) 1 Advertisement/ Distribution of ITB June 6, 2025 3:00 PM 2 Non-Mandatory / Mandatory Pre-proposal meeting NONE SCHEDULED 3 Deadline to Submit Questions / Requests for Clarification July 1, 2025 10:00 AM 4 City Issues Addenda and Responds to Questions July 10, 2025 10:00 AM 5 Deadline to Submit Sealed Bids – Submission Deadline July 16. 2025 10:00 AM 6 E-BID OPENING VIA VIDEO CONFERENCING VIA THE ZOOM PLATFORM at https://zoom.us/j/3056636338 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636338. July 16. 2025 10:30 AM 7 City Manager issues recommendation to City Commission August19, 2025 7:00 PM 8 Award Bid(s) and Agreement(s) at City Commission Meeting August19, 2025 7:00 PM 4 of 111 47 1.3. BID DUE DATE. Sealed Bids must submitted electronically through the DemandStar Electronic Bid System at https://network.demandstar.com/. All sealed bids must be received by 10:00 a.m. E.S.T. on July 16, 2025 (the “Submission Deadline”). Sealed bids will be publicly opened through video conferencing using the Zoom platform. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636338 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636338. 1.4. PRE-BID CONFERENCE AND SITE(S) VISIT. A pre-bid conference will NOT be scheduled for this project. Prior to submitting a Bid, each Bidder should visit the site and become familiar with the conditions that may, in any manner, affect the Work to be performed by the awarded contractor or the equipment, materials and labor required. The Bidder is also required to examine carefully the Scope of Work set forth in Section 3 of this ITB and be thoroughly informed regarding any requirements or conditions that may in any manner affect the Work to be performed under the Agreement. No allowances will be made because of lack of knowledge of any conditions or requirements. 1.5. ADDENDA, CHANGES, OR REQUESTS FOR INTERPRETATION DURING BID PROCESS. The City will not respond to oral inquiries or questions concerning this ITB. All written inquiries, requests for interpretation or clarification shall be sent to: Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: SKulick@southmiamifl.gov Facsimile: (305)669-2636 Any written inquiry or request for interpretation or clarification must be sent by e-mail or written correspondence and received by the City no later than July 1, 2025 at 10:00 a.m. All such interpretations or clarifications will be made in writing in the form of an Addendum to this ITB issued by the City to all known and/or registered prospective Bidders. Each prospective Bidder shall acknowledge receipt of such Addenda by including it in the Bid Form. All Addenda shall be a part of this ITB and a part of the Agreement and each Bidder will be bound by such Addenda, whether or not received. It is the responsibility of each prospective Bidder to verify that it has received all Addenda issued before Bid are submitted and opened. 1.6. SUBMISSION OF BID. Sealed Bids must submitted electronically through the DemandStar Electronic Bid System at https://network.demandstar.com/ by the Submission Deadline and must be marked as “Bid to City of South Miami, ITB No. PR2025-07 and addressed to: Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive 5 of 111 48 City of South Miami, FL 33143 E-Mail: SKulick@southmiamifl.gov THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A BID TO THE CITY ON OR BEFORE THE SUBMISSION DEADLINE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. THE CITY IS NOT RESPONSIBLE FOR ANY DELAYS THAT MAY OCCUR DURING THE SUBMISSION OF BIDS. ANY BID RECEIVED AFTER THE SUBMISSION DEADLINE STATED IN THIS ITB WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. FACSIMILE AND EMAILED BID SHALL NOT BE CONSIDERED. The Bid must be signed by an authorized officer of the Bidder who is legally authorized to bind the Bidder and enter into a contractual relationship in the name of the Bidder. The submittal of a Bid by a Bidder will be considered by the City as constituting an offer by the Bidder to perform the required Work, upon the terms and at the prices stated by the Bidder. The City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to https://network.demandstar.com/ Bids will be publicly opened through video conferencing using the Zoom platform at 10:30 AM, local time. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636338 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636338. Bids shall be typed or printed in ink. All blanks on the Bid form(s) must be completed. Names must be typed or printed below the signature. Bids submitted by hand-delivery, facsimile and/or email will not be accepted. Only one (1) Bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. If the City determines that any Bidder has interest in more than one (1) Bid for Work contemplated; all Bid in which such a Bidder is interested will be rejected. Bidder by submitting this Bid certifies that this Bid is made without previous understanding, contract, or connection with any person, firm or corporation making a Bid for the same material, supplies, equipment or services and is in all respects, fair and without collusion of fraud. 1.7. BID REQUIREMENTS & FORMAT. Each Bidder must present its products, services, and applicable features in a clear and concise manner that demonstrates the Bidder’s capabilities to satisfy the requirements of this ITB. The emphasis should be on accuracy, clarity, comprehensiveness and ease of identifying pertinent information and suitability of the Work. Bids MUST include the following: 1.7.1. Bid Form Package. Bidder shall provide complete and accurate copies, with all required signatures and notarizations, for all the forms in the Bid Package: Form 1. Bid Form Package Acknowledgement. Form 2A. Bidder’s Certification (if Company or Corporation) Form 2B. Bidder’s Certification (if Partnership) Form 3. Single Execution Affidavits Form 4. Dispute Disclosure Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Form 6. Bidder’s Qualifications Survey Form 7. Bid Form Form 8. Reference List 6 of 111 49 1.7.2. Proof of Experience. Provide documentation evidencing the experience of the Bidder and demonstrating that the Bidder has successfully provided Work similar to those specified herein to other firms and/or agencies of similar size and needs as the City. The Bidder firm shall be currently engaged in Work on a full time basis and shall have been in existence and continuous operation providing the Work for a minimum of five (5) years. 1.7.3. Safety Record. Bidder shall provide documentation evidencing the safety and compliance record of the Bidder in performing similar Work, including information as to any safety or any noncompliance violations, assessments or citations issued by applicable governmental agencies in the past five (5) years. 1.7.4. Bidder's Qualifications. Include name, function, and qualifications of key personnel, including key subcontractors, in the organization who will be providing Work. The key person or contact assigned to the Work shall within the past three (3) years have conducted and been responsible for providing Work in a similar project or environment. Please note, to receive further consideration, all Bidders must provide the necessary documentation to demonstrate that they meet the following minimum qualifications: 1.7.4.1. Service and Incorporation. Contractor shall have been in business and continuous operation and service and incorporated in the State of Florida for a minimum of five (5) years. 1.7.4.2. Licenses. Contractor must be fully licensed with any and all applicable and required licenses, certifications and permits for Work, including government licenses, certifications, and permits from the State of Florida, Miami-Dade County, the City, and any other governing governmental regulatory authorities. 1.7.5. Insurance Certificates. Bidder shall provide certificates of insurance demonstrating compliance with the requirements set forth under Section 2 of this solicitation, including: 1.7.5.1. Commercial General Liability 1.7.5.2. Workers Compensation & Employer’s Liability 1.7.5.3. Business Automobile Liability THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR ADDITIONAL COVERAGE IF DEEMED NECESSARY. 1.7.6. Evidence of Bonding Capacity. The Bidder must submit documentation from a reputable financial institution, surety company, or other authorized entity confirming the Bidder’s total and single project bonding capacity to ensure that the Bidder has the ability to provide the Payment and Performance Bond required by this ITB. 1.7.7. Bidder may provide any additional information that highlights experience or expertise, which is relevant and directly applicable to this ITB. 1.8. EVALUATION CRITERIA/AWARD OF CONTRACT. Award shall be made to the lowest responsible and responsive Bidder whose qualifications indicate the Award will be in the best interest of the City and whose Bid complies with the requirements of this ITB. 7 of 111 50 In no case will the Award be made until all necessary investigations have been made into the responsibility of the Bidder and the City Manager is satisfied that the Bidder is qualified to do the Work and have the necessary organization, capital and equipment to carry out the Work in the specified timeframes. The responsible bidder shall be a person who has the capability in all respects to fully perform the contract requirements and the tenacity, perseverance, integrity, experience, ability, reliability, capacity, facilities, equipment, financial resources and credit which will give a reasonable expectation of good faith performance, and a person who has submitted a bid which conforms in all material respects to the ITB (the “Responsible Bidder”). In evaluating responsibility, the City may also consider previous contracts with the City, past performance and experience with other contracts, compatibility of the project team with City personnel, and any other criteria deemed relevant by the City. The City Manager or designee may reject those bids that do not meet the minimum requirements of the ITB. If the City accepts a bid, the City will provide a written notice of award to the lowest responsible and responsive Bidder who meets the requirements of this ITB. If the successful bidder to whom the contract is awarded forfeits the award by failing to meet the conditions of this ITB, the City may, at the City’s sole option, award the contract to the next lowest, most responsive, and responsible bidder or reject all bids or re-advertise the Work. Neither this ITB, nor the notice of award of the Agreement(s) constitutes an agreement or contract with the Successful Bidder(s). An agreement or contract is not binding until a written agreement or contract, in substantially the form attached hereto as Attachment “A,” has been executed by the City and the Successful Bidder(s) and approved as to form, content, and legal sufficiency by the City Manager and City Attorney. 1.9. CITY’S RIGHTS; WAIVER OF IRREGULARITIES. The City reserves the right to reject any or all bids which is in any way incomplete or irregular, re-bid the entire solicitation, or enter into contracts with more than one Contractor. The City reserves the right to accept or reject any and/or all Bid or parts of Bid, to workshop or negotiate any and all Bid, to select and award Bidder(s) for all or any of the Work, waive irregularities in Bid, to cancel or discontinue this ITB process, and to request new Bid on the required Work or services. The City Commission shall make the final determination and award of Bid(s). All materials submitted in response to this Invitation to Bid become the property of the City and will be returned only at the option of the City. The City has the right to use any or all ideas presented in any Bid or responses to the ITB, whether amended or not, and selection or rejection of Bid does not affect this right. 1.10. CODE OF ETHICS PROVISIONS. 1.10.1. Cone of Silence. The provisions of City’s Cone of Silence are applicable to this ITB. The City’s Cone of Silence provisions can be found under Section 8A-7 of the City Code of Ordinances. Questions regarding the Cone of Silence may be sent to: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov 8 of 111 51 The Cone of Silence as used herein means a prohibition of any communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or invitation/request for bid, between a potential vendor, service provider, proposer or bidder (hereinafter referred to as the "potential bidder"), or agent, representative, lobbyist or consultant for the potential bidder; (hereinafter referred to as the "bidder's representative"); and (i) Members of the City Commission; or (ii) City's professional staff; or (iii) Any member of the City's selection, evaluation or negotiation committee. The provisions of the Cone of Silence shall not apply to: (i) Communications at a duly noticed pre-bid conferences or at any duly noticed public selection or negotiation committee meeting or duly noticed public City commission meeting at which the City Manager has placed the subject of the solicitation on the agenda; (ii) Communication regarding the solicitation at recorded contract negotiations, recorded oral presentation or recorded oral question and answer session and recorded contract negotiation strategy sessions in compliance with the exemption in F.S. § 286.0113; (iii) Briefings made by the City Manager or his designee to the City Commissioners during a meeting following the completion of the selection or negotiation committee meetings; (iv) Written communication at any time with any City professional staff (not including selection, evaluation or negotiation committee members), unless specifically prohibited by the applicable competitive solicitation documents. This section shall not be construed to prevent written communication between City professional staff and any City selection, evaluation or negotiation committee. A copy of any written communication made during the cone of silence shall be contemporaneously filed with the City clerk by the potential bidder or bidder's representative. The City clerk shall make copies available to any person upon request; (v) Communication that is strictly limited to matters of those processes or procedures that are contained in the corresponding solicitation document and which communication is between any person and the City's purchasing agent or the City employee who is designated as being responsible for administering the procurement process for such solicitation; (vi) Communications with the City attorney and his or her staff; (vii) Communications during any duly noticed site visits to determine the competency and responsibleness of bidders regarding a particular bid during the time period between the opening of bids and the time the City Manager makes a written recommendation; (viii) Any emergency procurement of goods or services pursuant to City code; (ix) Responses to a request made by the City's purchasing agent, or the City employee who is designated as being responsible for administering the procurement process for such solicitation, for clarification or additional information; (x) Communications prior to bid opening between City's professional staff and potential bidders and/or bidder's representatives to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto between a potential bidders and/or bidder's representatives and any member of the City's professional staff including, but not limited to the City Manager and his or her staff, are in writing or are made at a duly noticed public meeting. 1.10.2. Lobbying Prohibited. All potential Bidders and their agents who intend to submit, or who submitted, a bid or response to this solicitation, are prohibited from lobbying, individually or collectively, any City Commissioner, candidate for City Commissioner, or any employee of the City in connection with this solicitation. 9 of 111 52 The term "Lobbyist" means all persons (including officers and managers of a legal entity), firms, or legal entities such as a corporation, partnership or limited liability company, employed or retained by a principal (including an officer of the principal or an employee of the principal whose duties include marketing, or soliciting business, for the principal) who seeks to encourage the passage, defeat, or modifications of (1) ordinance, resolution, action or decision of the City Commission; (2) any action, decision, recommendation of the City Manager or any City board or committee; or (3) any action, decision or recommendation of City personnel during the time period of the entire decision-making process on such action, decision or recommendation which foreseeably will be heard or reviewed by the City Commission, or a City board or committee. Contact may only be made through regularly scheduled Commission meetings, or meetings scheduled through the Procurement Division, which is for the purpose of obtaining additional or clarifying information or as otherwise provided for in the City’s Cone of Silence. Any presentation before a selection committee is considered to be lobbying; however, the presentation team may avoid formal registration by complying with section 8A-5(c)(9), of the City Code of Ordinances and completing Attachment B to this ITB. Any person who submits a proposal, whether solicited or unsolicited, on behalf of his or her principal or his or her employer is considered to be a lobbyist and must register. An officer or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist. All Bidders are strongly encouraged to review Section 8A-5 of the City Code of Ordinances for further information. To register as a lobbyist, please contact the City Clerk at: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov END OF SECTION 1 10 of 111 53 SECTION 2. TERMS AND CONDITIONS 2.1. PURPOSE OF BID. The City requests Bids from qualified firms for the GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS Project (the “Project”). The Work to be performed includes, but is not limited to, services related to the replacement of two Outdoor Air Units (OAUs) and miscellaneous improvements at the Gibson-Bethel Community Center as illustrated in the attached documents and, as further detailed in the Scope of Services provided in Section 3 herein (the “Work” or “Services”). The frequency, nature, scope and definition of the Work desired or required by the City may change from time to time, at the City’s discretion. The City intends to secure a source of supply(s) for the Work from a qualified contractor(s) that conform to the requirements of this ITB and is most advantageous to the City and in its best interest. The City reserves the right to award the Bid(s) considered to best serve the City’s interests. 2.2. DELIVERY. All equipment, materials, and goods in connection with the Work shall be delivered F.O.B. destination (i.e., at a specific City address), and delivery costs and charges (if any) will be included in the Bid pricing. Exceptions should be noted. 2.3. EQUIPMENT. Any equipment or products used by Contractor to provide Work pursuant to this ITB shall remain the property of the Contractor. In the event equipment or products used by the Contractor are found to be defective, of unsatisfactory quality, or do not conform to the requirements of this ITB or the Specifications, the City reserves the right to reject the equipment or product(s), at the Contractor’s expense. 2.4. PRICING. The Bid form attached to this ITB under Section 4 and to be included with each Bid shall specify the Bidder’s pricing and/or fees for the equipment and Work requested herein. Bidder should include any and all applicable taxes in Bid prices. If the Bidder is awarded an Agreement pursuant to this ITB, the prices and fees quoted in the Bid shall remain fixed and firm during the term of the Agreement. 2.5. BID COSTS. Bidders submitting Bid do so entirely at their own cost and expense. There is no expressed or implied obligation by the City to reimburse any individual or firm for any costs or expenses incurred in preparing or submitting Bid, providing additional information when requested by the City, or for participating in any selection interviews. 2.6. LICENSES AND PERMITS. Bidder shall secure any and all necessary and required licenses, certifications and permits to conduct the Work, including, but not limited to, all Federal, State, County and City licenses and permits. All Bidders must provide the necessary documentation to demonstrate that they meet all applicable licensing and permitting requirements. By submitting a Bid in response to this ITB, Bidder represents and warrants to the City that it holds all licenses, certifications and permits (“Licenses”) required by applicable law and by any other governmental authority or agency to perform the Work. Bidder represents and warrants to the City that the Licenses 11 of 111 54 shall be in full force and effect on the date of performance of the Work and further represents that it holds and will hold all Licenses throughout the term of the Agreement. Bidder shall provide the City with copies of all Licenses and any additional permits that may be required for performance of the Work with its Bid and during the term of the Agreement. Where the Contractor is required to enter onto City property, public rights-of-way or other property to deliver equipment or to perform the Work as a result of a Bid award, the Contractor will assume the full duty, obligation and expense of obtaining all necessary approvals, licenses, permits, inspections and insurance required. The Contractor shall be liable for any damages or loss to the City property, or other property or persons, occasioned by the acts or omissions, or the negligence of the Bidder (or their agent) or any person the Bidder has designated in the performance of the Work, as a result of the Bid. 2.7. INSURANCE. 2.7.1. If selected, the Contractor shall secure and maintain throughout the duration of the awarded contract insurance of such types and in such amounts not less than those specified below as satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the City as it deems necessary or prudent. Copies of Contractor’s actual Insurance Policies as required herein and Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured. Each Policy and certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. All coverage forms must be primary and non-contributory and the Contractor shall provide a waiver of subrogation for the benefit of the City. The Contractor shall be responsible for assuring that the insurance policies and certificates required by this Section remain in full force and effect for the duration of the Work. 2.7.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 2.7.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Work pursuant to this ITB who is not covered by Worker’s Compensation insurance. 2.7.1.3. Business Automobile Liability with minimum limits of $1,000,000.00 per Occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 2.7.2. The Contractor agrees to indemnify, defend and hold harmless the City from and against any and all claims, suits, judgments, losses, damages, executions and/or liabilities as to bodily injuries and/or property damage which arise or grow out of the Agreement or Contractor’s performance of the Work required by this ITB. 12 of 111 55 2.7.3. The Contractor shall also, upon request by the City, provide copies of all official receipts and endorsements as verification of Contractor's timely payment of each insurance policy premium as required by the Agreement. 2.7.4. THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR ADDITIONAL COVERAGE IF DEEMED NECESSARY. 2.8. BONDS. The selected Contractor must, prior to performing any portion of the Work and within three (3) days of the Effective Date of the Construction Contract, deliver to the City the Bonds required to be provided by Bidder hereunder and the Construction Contract(collectively, the “Bonds”). The City, in its sole and exclusive discretion, may also require other bonds or security, in order to guaranty that the awarded contract with the City will be fully and appropriately performed and completed. The surety providing such Bonds must be licensed, authorized, and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds shall be included in the contract price. If notice of any change affecting the scope of services/work, the contract price, contract time, or any of the provisions of the Construction Contract is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be t he selected Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the selected Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to the City. 2.8.1. Performance Bond. If this provision is selected, the selected Contractor must deliver to the City a performance bond in an amount equal to 100 percent of the price specified in the contract. The performance bond shall provide that the bonding company will complete the project if the selected Contractor defaults on the contract with the City by failing to perform the contract in the time and manner provided for in the contract. 2.8.2. Payment Bond. If this provision is selected, the selected Contractor must deliver to the City a payment bond in an amount equal to 100 percent of the price specified in the contract. The payment bond shall provide that the bonding company or surety will promptly pay all persons who supply labor, materials, or supplies used directly or indirectly in the performance of the work provided for in the contract between the selected Contractor and the City if the selected Contractor fails to make any required payments only. 2.8.3. Waiver of Bonds. If this provision is selected, the City Manager has waived or limited the requirements contained herein for payment or performance bonds upon such circumstances as are deemed in the best interest of the City. If the requirement for a payment bond is waived, the City shall select this box: ☐. If the requirement for a performance bond is waived, the City shall select this box: ☐. 2.9. BID GUARANTY/BID BOND. Each bid must be accompanied by a Bid Bond or Cashier’s Check, in the amount of five percent (5%) of the bid, in the form provided in Form 10. Bid Guaranty shall be made by certified or cashier's check or by a bid bond made payable to the City and provided by a surety company authorized to do business as a surety in the state. All Bid Bonds shall be valid for a period of at least 90 days from the bid submission date. The Bid Bonds for all unsuccessful bids shall be returned after the 90-day period. The purpose of the bid bond is to ensure that bids are honored and that they remain valid for the required period. Accordingly, bid bonds are subject to forfeiture any time Bidders refuse to honor their bids for at least 90 days after bid opening. The Bid Guaranty of the successful bidder will be retained until such bidder has executed a contract and furnished any payment and performance bonds, along with all insurance policies, licenses, or other documentation that may be required by the City. If the successful bidder fails to furnish the required payment and performance bonds, fails to execute and deliver the contract, or fails to deliver the required insurance policies, licenses, or other documentation to the office of the purchasing agent within the time specified in the instructions to bidders, the City may annul the notice of award and the entire sum of the Bid 13 of 111 56 Guaranty shall be forfeited to the City. All Bid Guarantees of unsuccessful Bidders will be returned after the Contract is awarded and executed. If the requirement for a Bid Guaranty/Bid Bond is waived, the City shall select this box: ☒. 2.10. COMPLIANCE WITH LAW AND OTHER REQUIREMENTS. Contractor shall conduct its operations in compliance with all applicable federal, State, County and City laws and regulations in providing the Work required by this ITB. 2.11. ASSIGNMENT. The Contractor shall not transfer or assign the performance of the Work required by this ITB and the Agreement without the City’s prior written consent. Any award issued pursuant to this ITB and monies which may be payable by the City, are not assignable except with the City’s prior written approval. 2.12. ATTORNEY’S FEES. If the City incurs any expense in enforcing the terms of the Agreement, whether suit be brought or not, Contractor agrees to pay all such costs and expenses including, but not limited to, court costs, interest and reasonable attorney’s fees. 2.13. CONTRACTOR’S RELATION TO THE CITY. It is expressly agreed and understood that the Contractor is in all respects an independent contractor as to all Work hereunder, and that the Contractor is in no respect an agent, servant or employee of the City. This ITB specifies the Work to be performed by the Contractor, but the method to be employed to accomplish the Work shall be the responsibility of the Contractor, unless otherwise provided in the Agreement or by the City. 2.14. DISCRIMINATORY PRACTICES. The Contractor shall not discriminate or deny service, deny access, or deny employment to any person on the basis of race, color, creed, sex, sexual orientation, religion or national origin. The Contractor will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 2.15. CANCELLATION. Failure on the part of the Contractor to comply with the conditions, specifications, requirements and terms as determined by the City, shall be just cause for cancellation of the award, with the Contractor holding the City harmless. 2.16. INDEMNIFICATION. The Contractor shall indemnify, save harmless and defend the City, its officers, agents and employees from and against any claims, demands or causes of action of whatsoever kind or nature arising out of any act, error, omission, negligent act, conduct or misconduct of the Contractor, its agents, servants or employees, in the performance of the Work pursuant to this ITB and/or from any procurement decision of the City including without limitation, awarding the Agreement to a Contractor. 2.17. MULTIPLE /OTHER VENDORS. 14 of 111 57 The City reserves the right to select and award multiple Bidders to provide some or all of the Work. If the selected contractors are unavailable, the City reserves the right to seek and obtain other sources. 2.18. PUBLIC ENTITY CRIME/DISQUALIFICATION. Pursuant to Section 287.133(3)(a), Florida Statute, all Bidders are advised as follows: “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a publi c building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.” 2.19. NO CONTINGENCY FEE. Bidder shall warrant that it has not employed or retained any company or person, other than a bona fide employee working solely for the Bidder, to solicit or secure the Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Bidder, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making the Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement, without liability, at its discretion. 2.20. PUBLIC RECORDS; CONFIDENTIALITY. Bidders are hereby notified that all information submitted as part of or in support of Bid submitted pursuant to this ITB are public records subject to public disclosure in accordance with Chapter 119, Florida Statutes. If there is any apparent conflict between Florida’s Public Records Law and this ITB, Florida Law will govern and prevail. All Bids submitted in response to this ITB shall become the property of the City. Unless the information submitted is proprietary, copyrighted, trademarked, or patented, the City reserves the right to utilize any or all information, ideas, conceptions, or portions of any Bid in its best interest. Acceptance or rejection of any Bid shall not nullify the City’s rights hereunder. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov 2.21. GRANT FUNDING. By submitting a response to this solicitation, Bidders acknowledge that the Work or Services may be fully or partially funded utilizing funds from the grants listed below (the “Grant”). Accordingly, by submitting a 15 of 111 58 response to this competitive solicitation, the Bidder warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work or Services in accordance with the terms and conditions of the Grant(s). Grant Title Grant Agreement Attachment No. If the Work or the Services will be funded utilizing Grant funds, the City shall select this box:. END OF SECTION 2 16 of 111 59 SECTION 3. SCOPE OF WORK, SPECIFICATIONS, AND REQUIREMENTS GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS 3.1 GENERAL REQUIREMENTS. The work specified in this Invitation to Bid (ITB) consists of furnishing all goods, materials, supplies, and services necessary to provide a completed project that meets all of the needs described in this Scope of Services and as otherwise described in this ITB (the “Work”). The Work is to be performed per specifications and the contract documents. The Work is to be performed in accordance with the specifications and the contract documents (as defined in the Instructions for Respondents) that are provided to the Contractor by the City as well as in accordance with those plans, drawings and specifications that are required to be produced by the Contractor and that are approved by the City. This includes but is not limited to keeping the project site clean and safe; the furnishing all labor of the Contractor and the labor of all allowable subcontractors; providing dumpster(s); disposing of materials; providing all necessary engineering and architectural plans, drawings and technical specifications; all permits; all necessary equipment, including rental equipment, machinery, tools, transportation and freight; coordination with any other City contractor, subcontractors and utility companies (i.e. power, gas, water); erecting construction safety measures, including fencing, privacy screening and cones, and ensuring that the safety measure are in place at the end of each working day; root pruning and sod restoration at affected areas to the City’s satisfaction; cleaning the construction site at the end of each working day; maintenance of traffic and hiring of off duty City police officer if required by the City; and any other goods and services necessary to perform all of the Work. Prior to any digging, Contractor must locate all underground utilities and other facilities as well as contacting Sunshine 811 to coordinate the process between excavators and member utilities in Florida so that the utilities can mark the approximate location of all their underground facilities, including power lines, telephone lines, pipes, and cables on construction site. In all cases, it is the responsibility of Contractor to obtain and pay for all licenses and other permits (including tree permits), provide signed and seal footing and foundation specifications for permitting, as well as all laboratory tests, engineering and architectural specifications, drawings and plans that are necessary to secure any and all permits and licenses required to complete Work. In addition, Contractor will be required to obtain, pay for and deliver to the City as-built plans for all of the Work. Permit fees are waived for permits required to be issued directly by the City of South Miami. Permit fees charged by other government entities, if required, are the responsibility of the Respondent/Contractor; however, in all cases; it is the responsibility of Respondent/Contractor to secure any and all permits that may be required for this project. Work activity is limited to the hours from 7:00 a.m. through 5:00 p.m., from Monday through Friday pursuant to Section 7-15 and 7-16 of the City Code of Ordinances. 3.2 SPECIFIC REQUIREMENTS. The City is soliciting proposals from highly qualified firms for the replacement of two Outdoor Air Units (OAUs) and miscellaneous improvements at the Gibson-Bethel Community Center, located at 5800 SW 66th Street, South Miami, FL 33143. This project includes all associated electrical, mechanical, and structural coordination required to replace the rooftop Outdoor Air Units (OAUs), modification of ductwork to integrate OAUs with existing RTUs, replacement and reconfiguration of toilet exhaust fans, installation of new building management system, 17 of 111 60 and implementation of a dehumidification control sequence, in accordance with the provided construction documents. The goal is to improve indoor air quality, reduce moisture infiltration, and achieve long-term compliance with ventilation and energy efficiency standards. 3.2.1 Key Scope Components: 3.2.1.1 Demolition and Removal: 3.2.1.2 Disconnect and remove three existing OAUs (designated OAU-1, OAU-2, and OAU-3) and associated rooftop mechanical equipment as shown in the plans. 3.2.1.3 Cap existing conduit penetrations as required, retaining usable infrastructure for potential future use. 3.2.1.2 New Equipment Installation: 3.2.1.3 Furnish and install two new OAUs with associated ductwork, electrical disconnects, raceways, and conductors. 3.2.1.3 Units shall be installed per mechanical and electrical plans, including coordination for voltages, phases, and amperage ratings: ▪ OAU-1: 480V, 3-phase, 52A ▪ OAU-3: 480V, 3-phase, 34.6A 3.2.1.3 Repair and patch roof as required to accommodate new equipment. 3.2.3 Electrical Coordination: 3.2.3.1 Install new disconnect switches (non-fusible, NEMA 3R rated) and all associated wiring/conduit sized as noted. 3.2.3.2 Ensure final connections match nameplate ratings and are coordinated with equipment supplier. 3.2.3.3 Label new circuits and provide updated panel schedules. 3.2.4 Code Compliance and Safety: 3.2.4.1 All work must comply with the 2020 NEC, 2023 Florida Building Code, and all applicable federal, state, and local regulations. 3.2.4.2 Provide fire stopping for all penetrations and maintain fire-rated assemblies. 3.2.4.3 Submit third-party testing and arc flash labeling as required. 3.2.5 Documentation & Close-Out: 3.2.5.1 Provide as-built drawings, panel directories, and updated O&M manuals. 3.2.5.2 Coordinate all utility service disruptions with the City and schedule work to minimize public disruption. 18 of 111 61 3.2.6 Contractors Lum Sum Proposal The Contractor’s lump sum proposal shall include all materials, equipment, labor, and incidentals necessary to complete the project in its entirety. This includes, but is not limited to, the following responsibilities: 3.2.6.1 Maintaining a clean and safe job site at all times. 3.26.2 Providing all required labor (including subcontractors, where permitted), tools, equipment, and transportation. 3.2.6.3 Supplying and maintaining dumpsters and ensuring proper disposal and recycling of all waste in accordance with applicable regulations. 3.2.6.4 Preparing and submitting all necessary engineering and architectural drawings, plans, and technical specifications. 3.2.6.5 Obtaining all required permits and licenses, including coordinating with Sunshine 811 for utility locates. 3.2.6.6 Installing appropriate construction safety measures such as fencing, privacy screens, and traffic cones. 3.2.6.7 Restoring any disturbed sod, landscaping, and grading to original condition or better. 3.2.6.8 Performing daily site cleanup and ensuring all safety precautions remain in place after work hours. 3.2.6.9 Coordinating with other City contractors, subcontractors, and utility providers (e.g., power, gas, water). 3.2.6.10 Managing traffic control as needed, including the use of off-duty City police officers when required. 3.2.6.11 Providing as-built drawings and all documentation required for project closeout. 3.2.6.12 Installing straw or hay bale barriers around yard drains to prevent sediment from entering existing catch basins. 3.3 ASSESSMENT & CONTRACT DOCUMENTS Enclosed documents include Attachment C, “Construction Documents,” including electrical and mechanical contract plans, and Attachment D “HVAC Assessment Report” both documents prepared by Kimley Horn. 3.4 SITE LOCATION. The Project will be held at the Gibson-Bethel Community Center, located at 5800 SW 66th Street, South Miami, FL 33143 19 of 111 62 3.5 PROJECT DURATION. After permit(s) have been secured/approved, the Bidder is responsible for completing this project within thirty (30) calendar days. from issuance of Notice to Proceed/Purchase Order/Email Notification from the City’s Project Manager. 3.6 WARRANTY. Bidder must include a warranty and/or guarantees of all material and labor that includes: 3.6.1 any conditions; and 3.6.2 guaranteed response time for repair; and 3.6.3 guaranteed replacement during the warranty period; and 3.6.4 life expectancy under normal use; and 3.6.5 Failures during the warranty period must be repaired or replaced to the satisfaction of the City; and 3.6.6 the term of the warranty. At a minimum, Bidder/Contractor must warrant their Work to be free of significant defects in workmanship and materials for a period of one (1) year and if General Conditions are made part of the contract documents for this project, at a minimum, Bidder/Contractor must warrant their Work in accordance with the warranty requirements found in the General Conditions to the Contract. If equipment is being provided, the standard manufacturer’s warranty information must be provided in writing for all equipment being proposed and, if required by the warranty, such equipment must be installed by an authorized installer before final payment is made. If the manufacturer’s warranty is issued to the Bidder/contractor, Bidder/Contractor must assign it to the City. 3.7 DOCUMENTATION. A prerequisite to final payment is the execution and delivery to the City of all documents required by any governmental agency, including the City. Such documentation includes documentation for the conveyance of any property or facilities that are the subject of this Project. PERFORMANCE AND PAYMENT BONDS ARE REQUIRED FOR THIS PROJECT. A BID BOND IS NOT REQUIRED FOR THIS PROJECT END OF SECTION 3 20 of 111 63 SECTION 4. BID FORM PACKAGE As provided in the ITB, the following items must be attached to this Bid: FORMS STATUS Form 1 – Bid Form Package Acknowledgement √ Form 2A. Bidder’s Certification (if Company or Corporation) √ Form 2B. Bidder’s Certification (if Partnership) √ Form 3. Single Execution Affidavits √ Form 4. Dispute Disclosure √ Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions √ Form 6. Bidder’s Qualifications Survey √ Form 7. Bid Form/Schedule of Values √ Form 8. Reference List √ ATTACHMENTS This competitive solicitation incorporates the following attachments, which should be reviewed thoroughly and, if applicable, completed prior to submitting a response to this competitive solicitation. The City is attaching the following Attachments: Attachment A. Sample Contract Attachment B: Declaration /Affidavit of Representation Attachment C: Construction Documents Prepared by Kimley Horn Attachment D: HVAC Assessment Prepared by Kimley Horn Attachment E: Form Payment and Performance Bonds 21 of 111 64 FORM 1 BID FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Invitation to Bid, ITB No. PR2025- 07. I agree that my Bid will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Bid. I certify that all information contained in this Bid is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this Bid on behalf of the Firm named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded the Agreement. I further certify, under oath, that this Bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Bid; no officer, employee or agent of the City of South Miami or any other Bidder has an interest in said Bid. Furthermore, I certify that the undersigned executed this Bid Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Bidder acknowledges receipt of all Addenda issued by the City in connection with the ITB (Check the box next to each addendum received). ______ Addendum 1 Addendum 6 ______ Addendum 2 Addendum 7 ______ Addendum 3 Addendum 8 ______ Addendum 4 Addendum 9 _______ Addendum 5 Addendum 10 Attached hereto are the following forms/documents which form a part of this Bid: Form 1. Bid Form Package Acknowledgement. Form 2A. Bidder’s Certification (if Company or Corporation) Form 2B. Bidder’s Certification (if Partnership) Form 3. Single Execution Affidavits Form 4. Dispute Disclosure Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Form 6. Bidder’s Qualifications Survey Form 7 . Bid Form Form 8. Reference List 22 of 111 65 FORM 1 BID FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) ___________________________________________ NAME OF BIDDER FIRM ____________________________________________ SIGNATURE OF BIDDER ____________________________________________ NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS ____________________________________________ ____________________________________________ (____) ______________________________________ TELEPHONE NUMBER State of Florida County of The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 23 of 111 66 FORM 2A BIDDER’S CERTIFICATION (if Company or Corporation) CERTIFICATE STATE OF _____________ ) ) SS COUNTY OF ___________ ) I HEREBY CERTIFY that a meeting of the Board of Directors of ___________________________________________________________________ a corporation or company existing under the laws of the State of _________________________, held on ______________________, 2025, the following resolution was duly passed and adopted: RESOLVED, that, as _____________of the Corporation/Company, be and is hereby authorized to execute the Bid dated, __________, 2025 to the City of South Miami for ITB No. PR2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS and that this execution thereof, attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal affixed, shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of corporation/company on this the _____________ of ___________, 2025. _______________________ Secretary (SEAL) 24 of 111 67 FORM 2B BIDDER’S CERTIFICATION (if Partnership) CERTIFICATE STATE OF ____________ ) ) SS COUNTY OF __________ ) I HEREBY CERTIFY that a meeting of the Partners of ____________________ _____________________________________________________________________, a partnership existing under the laws of the State of _________________________, held on ____________________, 2025, the following resolution was duly passed and adopted: “RESOLVED, that _____________________________________________, as_____________________________________________________________of the Partnership, be and is hereby authorized to execute the Bid dated ______________, 2023, to the City of South Miami for ITB No. PR2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS Project from this partnership and that his execution of thereof, attested by the shall be the official act and deed of this Partnership.” I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this _____, day of ________, 2025. _______________________ Secretary (SEAL) 25 of 111 68 FORM 3 SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE BIDDER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE BIDDER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A BID/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: By: For (Name of Proposing or Bidding Entity): Whose business address is: And (if applicable) its Federal Employer Identification Number (FEIN) is: (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: ) Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. • The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended 42 USC Section 3601-3631. Bidder Initials 26 of 111 69 Public Entity Crimes Affidavit I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that 27 of 111 70 it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph 1 above is for that public entity only and that this form is valid through December 31 of the calendar year in which it is filed. I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes for category two of any change in the information contained in this form. Bidder Initials No Conflict of Interest or Contingent Fee Affidavit Bidder warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Bidder also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Bidder acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be selected for the performance of this contract. Bidder Initials Business Entity Affidavit Bidder hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City”) shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Bidder or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Bidder. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Bidder. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Bidder recognizes that with respect to this transaction or bid, if any Bidder violates or is a party to a violation of the ethics ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-11.1, as applicable to City, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Bidder may be disqualified from furnishing the goods or services for which the bid or Bid is submitted and may be further disqualified from submitting any future bids or Bid for goods or services to City. Bidder Initials Anti-Collusion Affidavit 1. Bidder/Bidder has personal knowledge of the matters set forth in its Bid/Bid and is fully informed respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances respecting the Bid/Bid; 28 of 111 71 2. The Bid/Bid is genuine and is not a collusive or sham Bid/Bid; and 3. Neither the Bidder/Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder/Bidder, firm, or person to submit a collusive or sham Bid/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder/Bidder, firm, or person to fix the price or prices in the attached Bid/Bid or of any other Bidder/Bidder, or to fix any overhead, profit, or cost element of the Bid/Bid price or the Bid/Bid price of any other Bidder/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City or any person interested in the proposed Contract. __________ Bidder Initials Scrutinized Company Certification 1. Bidder certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this ITB at its sole option if the Bidder or its subcontractors are found to have submitted a false certification; or if the Bidder, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2. If the Agreement that may result from this ITB is for more than one million dollars, the Bidder certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this ITB at its sole option if the Bidder, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Bidder, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3. The Bidder agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this ITB. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. Bidder Initials Drug-Free Workplace Affidavit Bidder hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to businesses with drug-free workplace programs when two bids/Bid are equal with respect to price, quality, and service. Bidder understands that in order to qualify as a drug-free workplace, Bidder must: a) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. b) Inform employees about the dangers of drug abuse in the workplace, the Bidder’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee 29 of 111 72 assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 1) Give each employee engaged in providing commodities or contractual services under the ITB a copy of the statement specified in subsection (1). 2) Notify employees that, as a condition of working on the commodities or contractual services under the ITB, the employee must abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 3) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 4) Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) The entity submitting this sworn statement is a drug-free workplace and is in full compliance with the requirements set forth under F.S. § 287.087. The entity submitting this sworn statement is not a drug-free workplace. Bidder Initials City Non-Discrimination Requirements Affidavit Bidder understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Bidder understands that “Boycott” as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Bidder certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 of the Code of the City of South Miami. Bidder Initials Acknowledgment, Warranty, and Acceptance 1. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 30 of 111 73 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements of ITB No. 2023-06 and any addendum/addenda related thereto. 3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager, as applicable. 4. Contractor warrants that all information provided by it in connection with this Bid is true and accurate. Bidder Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 31 of 111 74 In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 32 of 111 75 FORM 4 DISPUTE DISCLOSURE Answer the following questions by placing an “X” after “Yes” or “No”. If you answer “Yes”, please explain in the space provided, or on a separate sheet attached to this form. 1. Has your firm or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? YES __________ NO __________ 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES __________ NO __________ 3. Has your firm had against it or filed any requests for equitable adjustment, contract claims, Bid protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES __________ NO __________ If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of this Bid or Bid for the City of South Miami. ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 33 of 111 76 FORM 5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (1) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications. Entity Name: _________________________________________________________ Date: _________________________ By: Signature of Authorized Representative Name and Title of Authorized Representative 34 of 111 77 FORM 6 BIDDER’S QUALIFICATIONS SURVEY COMPANY QUALIFICATIONS QUESTIONNAIRE Please complete this Company Qualifications Questionnaire. By completing this form and submitting a response to the ITB, you certify that any and all information contained in the bid is true, that your response to the ITB is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a response to the ITB for the same materials, supplies, equipment, or services, is in all respects fair and without collusion or fraud, that you agree to abide by all terms and conditions of the ITB, and certify that you are authorized to sign for the Bidder’s firm. Some responses may require the inclusion of separate attachments. Separate attachments should be as concise as possible, while including the requested information. In no event should the total page count of all attachments to this Form exceed five (5) pages. Some information may not be applicable; in such instances, please insert “N/A”. Firm Name Principal Business Address Telephone Number Facsimile Number Email Address Federal I.D. No. or Social Security Number Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION How many years has the firm has been in business under its current name and ownership? Please identify the Firm’s document number with the Florida Division of Corporations and date the Firm registered/filed to conduct business in the State of Florida: Document Number Date Filed Please identify the Firm’s category with the Florida Department of Business Professional Regulation (DBPR), DBPR license number, and date licensed by DBPR: Category License No. Date Licensed Please indicate the type of entity form of the Firm (if other, please describe): □ Individual □ Partnership □ Corporation □ LLC □ LLP □ Other Please identify the Firm’s primary business: 35 of 111 78 Please identify the number of continuous years your Firm has performed its primary business: Please list all professional licenses and certifications held by the Firm, its Qualifier/Principal, and any Key Staff, including any active certifications of small, minority, or disadvantaged business enterprise, and the name of the entity that issued the license or certification: License/Certification Type Name of Entity Issuing License or Certification License No. License Issuance Date Please identify the name, license number, and issuance date of any prior companies that pertain to your Firm: License/Certification Type Name of Entity Issuing License or Certification License No. License Issuance Date Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their signing authority: Authorized Signor’s Name Title Signing Authority Threshold (All, Cost up to $X-Amount, No Cost, Other) Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades employees by trade (e.g., 20 electricians, 5 laborers, etc.): Total No. of Employees Total No. of Managerial/Administrative Employees Total No. of Trades Employees by Trade INSURANCE INFORMATION Please provide the following information about the Firm’s insurance company: Insurance Carrier Name Insurance Carrier Contact Person Insurance Carrier Address Telephone No. Email Has the Firm filed any insurance claims in the last five (5) years? □ No □ Yes If yes, please identify the type of claim and the amount paid out under the claim: FIRM OWNERSHIP Please identify all Firm owners or partners, their title, and percent of ownership: Owner/Partner Name Title Ownership (%) 36 of 111 79 Please identify whether any of the owners/partners identified above are owners/partners in another entity: □ No □ Yes If yes, please identify the name of the owner/partner, the other entity’s name, and percent of ownership held by the stated owner/partner: Owner/Partner Name Other Entity Name Ownership (%) RECENT CONTRACTS Please identify the five (5) most recent contracts in which your Firm has provided services to other public entities: Public Entity Contact Person Telephone No. Email Address Date Awarded By signing below, Bidder certifies that the information contained herein is complete and accurate to the best of Bidder’s knowledge. Firm: Authorized Signature: Date: Print or Type Name: Title: 37 of 111 80 FORM 7 BID FORM/SCHEDULE OF VALUES Bid prices stated in this Form shall include all costs and expenses for labor, equipment, materials, contractor's overhead, profit, bond and insurance, and general conditions. Payment for this project will be based upon completion of the entire project as a Lump Sum contract. ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE MAT. & LABOR BID AMOUNT 1 Mobilization 1 LS $ $ 2 GC Overhead 1 LS $ $ 3 Performance & Payment Bonds 1 LS $ $ 4 As-built Plans 1 LS $ $ Demolition and Preparation 5 Removal of Mechanical Equipment 1 LS $ $ Renovation 6 OAU-1 Installation 1 LS $ $ 7 OAU-3 Installation 1 LS $ $ 8 Exhaust Fan Installation 2 LS $ $ 9 Controls 1 LS $ $ 10 Electrical Scope - including but not limited to disconnects, conduit & conductors, demo of raceways, cabling, disc switches 1 LS $ $ 11 Contractor's Total Sum $ 38 of 111 81 Note: All sections of the Bid Form and Schedule of Values must be completed in their entirety, including the line item for Performance and Payment Bonds. The quantities provided are for reference only; it is the contractor’s responsibility to independently verify all quantities and take-offs based on the provided plans and specifications. The total bid amount must comprehensively cover all improvements shown, specified, or described in the construction documents and project scope—without exception, omission, or assumption of exclusion. All unit and estimated prices submitted will be considered firm and binding. The total sum costs shall remain valid for 180 days from the bid opening date and will apply to any authorized modifications or expansions of the project scope. SUBMITTED THIS DAY OF 20____. PROPOSAL SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Proposal Fax Number Signature Email Address Title 39 of 111 82 FORM 8 REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS. REFERENCE #1 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 40 of 111 83 REFERENCE #2 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 41 of 111 84 REFERENCE #3 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 42 of 111 85 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the within Bond; that who signed the said bond on behalf of the Principal, was then of said Corporation; that I know his/her signature, and his/her signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. (Affix Corporate Seal) Corporate Secretary In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Firm: State of Florida County of Before me, a Notary Public, duly commissioned, qualified and acting, appeared by means of  physical presence or  online notarization who being by me first duly sworn upon oath, says that s/he is the Attorney-in-Fact, for the and that s/he has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of the City of South Miami, Florida Sworn and subscribed to before me this day of , 20 . Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath (Attach Power of Attorney) END OF SECTION 4 43 of 111 86 ATTACHMENT A SAMPLE OF CONTRACT NOTE: THE CONTRACTOR SHOULD BE PREPARED TO EXECUTE THIS SAMPLE AGREEMENT IN SUBSTANTIALLY THE FORM PROVIDED HEREIN UPON NOTICE OF AWARD AND SELECTION. THE TERMS OF THE AGREEMENT MAY ONLY BE NEGOTIATED AT THE CITY MANAGER OR DESIGNEE’S SOLE AND ABSOLUTE DISCRETION. CONTRACT FOR CONSTRUCTION THIS CONTRACT FOR CONSTRUCTION (this “Contract”) is made this day of , 2025 (the “Effective Date”) by and between the CITY OF SOUTH MIAMI, FLORIDA, a Florida municipal corporation, (the “City”), and [INSERT CONTRACTOR’S NAME], a [INSERT TYPE OF ENTITY] (the “Contractor”). WHEREAS, the City issued Invitation to Bid No. PR2025-07 (the “ITB”) for construction of GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS the “Project”), which ITB is incorporated herein by reference and made a part hereof as Exhibit “A”; and WHEREAS, in response to the City’s ITB, the Contractor submitted a bid for the Project (“Bid”), which Bid is incorporated herein by reference and made a part hereof as Exhibit “B”; and WHEREAS, Contractor submitted the lowest, responsive and responsible bid in the amount of [$__________________] in response to the ITB and was selected and awarded this Contract pursuant to Resolution No.____________________ for performance of the Work (as hereinafter defined); and WHEREAS, Contractor has represented to the City that it possesses the necessary qualifications, experience and abilities to perform the Work or the Project, and has agreed to provide the Work on the terms and conditions set forth in this Contract. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Contractor and the City agree as follows: 1. SCOPE OF WORK 1.1. 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 (the “Work” or the “Project”) including, without limitation as described in the approved plans, drawings and/or specifications prepared by N/A (the “Project Consultant”) attached hereto as Exhibit “A” (the “Plans”) and any other documents incorporated herein by reference and made a part of this Contract for the following Project: GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS 1.2. Pre-Construction Conference. Within fourteen (14) calendar days after this Contract is executed by both parties, and before any Work has commenced, a pre-construction conference will be held between the City, the Contractor, and the Project Consultant. The Contractor must submit its project schedule and schedule of values, if applicable, prior to this conference. 44 of 111 87 1.3. Project Schedule. Contractor must submit a proposed Project Schedule as follows: 1.3.1. Schedule must identify the schedule for each location comprising the Project. The proposed Project schedule must be submitted within ten (10) calendar days from the date this Contract is executed by both parties for the review and approval of the Project Consultant or City as applicable. This initial schedule shall establish the baseline schedule for the Project. 1.3.2. All updates of schedules must be tracked against the baseline schedule and must be at a minimum submitted with each pay application. An updated schedule tracked against the baseline must also be submitted upon execution of each Change Order that impacts the Contract Time. Failure to submit such schedules will result in the rejection of any submitted payment application. 1.3.3. All Project Schedules must be prepared in Microsoft Project or approved equal by the City. At the time of submission of schedules, Contractor must submit a hard copy as well as an electronic version. Electronic versions must not be submitted in a .pdf format. 1.4. Records. 1.4.1. As-Built Drawings. During the Work, Contractor must maintain records of all deviations from the Drawings as approved by the Project Consultant and prepare two copies of As-Built Record Drawings showing correctly and accurately all changes and deviations made during construction to reflect the Work as it was actually constructed. It is the responsibility of the Contractor to check the As-Built Drawings for errors and omissions prior to submittal to the City and to certify in writing that the As-Built Record Drawings are correct and accurate, including the actual location of all infrastructure, internal piping, and electrical/signal conduits in or below the concrete floor (indicating the size, depth, and voltage in each conduit). To record actual construction, Contractor must legibly mark on-site structures and site Work as follows: 1.4.1.1. Depths of various elements of foundation in relation to finish first floor datum. 1.4.1.2. All underground piping and ductwork with elevations and dimensions and locations of valves, pull boxes, etc. Changes in location. Horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. Actual installed pipe material, class, etc. 1.4.1.3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. Air conditioning ducts with locations of dampers, access doors, fans and other items needing periodic maintenance. 1.4.1.4. Field changes in dimensions and details. 1.4.1.5. Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1.6. Details not on original Contract Drawings. 1.4.1.7. Equipment, conduit, electrical panel locations. 1.4.1.8. Project Consultant’s schedule changes according to Contractor’s records and shop drawings. 1.4.1.9. Specifications and Addenda: Legibly mark each section to record: 1.4.1.9.1. Manufacturer, trade name, catalog number and Supplier of each product and item of equipment actually installed. 1.4.1.9.2. Changes made by Project Consultant’s written instructions or by Change Order. 45 of 111 88 1.4.1.10. Approved Shop Drawings: Provide record copies for each process, equipment, piping, electrical system and instrumentation system. 1.4.1.10.1. As-built documents must be updated monthly as a condition precedent to payment. A final survey signed and sealed by a surveyor must be provided to the City at no additional cost, including digital l (CAD and PDF) versions. 1.4.1.10.2. For construction of new building, or building additions, field improvements, and or roadway improvements, as-built drawings must be signed and sealed by a Florida Licensed Registered Land Surveyor. 1.4.2. Record Set. Contractor must maintain in a safe place one record copy and one permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, amendments, COs, RFIs, and field directives, as well as all written interpretations and clarifications issued by the Project Consultant, in good order and annotated to show all changes made during construction. The record documents must be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from COs and/or field directives as well as all written interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility services. Contractor must certify the accuracy of the updated record documents. The record documents must be clean, and all changes, corrections and dimensions must be given in a neat and legible manner in red. Upon Final Completion and as a condition precedent to Contractor’s entitlement to final payment, the Record Set must be delivered to the Project Consultant by the Contractor. The Record Set of Drawing must be submitted in both hard copy and as electronic plot files. 1.4.3. Construction Photographs. Prior to commencement of the Work the Contractor must take digital photographs and color audio-video recording to document existing conditions and submit copies in an acceptable format to the City. Contractor must submit with each application for payment photographs that accurately reflect the progress of all aspects of the Work. The number of photographs to be taken will be based on the magnitude of the Work being performed. Contractor must submit one copy of each photograph in print and digitally. The photographs must be printed on 8” X 10” high resolution glossy commercial grade and weight color photographic print paper or in a format acceptable to the City. Each photograph must be imprinted on its face with the title of the Project, the date, and time the picture was taken. Digital photographs must be taken using .jpeg format and will be submitted through a file-sharing site (such as Dropbox) or on a CD-ROM or flash drive clearly identifying the name of the Project, the name of the Contractor, and the timeframe in which the pictures were taken. Initial set up prints will be submitted in a three-ring binder with each picture protected by a clear plastic sleeve. Subsequent prints are to be submitted in clear plastic sleeves that can be added to the binder. The three-ring binder must be of such size to be able to hold all print pictures. 1.5. Staging Site. 1.5.1. The Contractor is solely responsible for making all arrangements for any staging site(s) that may be necessary for the performance of the Work and the Contractor is responsible for all site security, including any fencing of the site, and any loss, damage or theft to its equipment and materials. Any fencing of the Staging Site is subject to the prior written approval of the City. 1.5.2. The City at its sole discretion may make a staging site available for use by the Contractor. If such site is made available by the City, the City assumes no responsibility or liability for the equipment or materials stored on the site, and the Contractor will be solely responsible for any loss, damage or theft to its equipment and materials. The Contractor must restore the site to its pre-existing condition prior to the Contractor’s use of the site. 46 of 111 89 1.5.3. The Contractor may be required to provide or may choose to use an office trailer for the duration of the Project. The Contractor must have the prior written approval of the City as to the use of any office trailer and the placement location for the office trailer. The Contractor must obtain all required permits from the appropriate regulatory agencies. 1.5.4. No parking is permitted at a City provided staging site without the prior written approval of the City. 1.6. Purchase and Delivery, Storage and Installation. All materials must be F.O.B. delivered and included in the cost of the Work. The Contractor is solely responsible for the purchase, delivery, off-loading and installation of all equipment and material(s). Contractor must make all arrangement for delivery. Contractor is liable for replacing any damaged equipment or material(s) and filing any and all claims with suppliers. All transportation must comply with all federal, state (including FDOT), Miami-Dade County, and local laws, rules and regulations. No materials will be stored on-site without the prior written approval of the City. 1.7. Approval of Subcontractors. For any scope of work that the Contractor will utilize a subcontractor, the Contractor may only retain or utilize the services of the particular subcontractor with the prior written approval of the City Manager, which approval may be granted or withheld in the City Manager’s sole and absolute discretion. The Contractor shall provide at least fourteen (14) days notice to the City Manager and the Project Consultant of its intent to retain or utilize a subcontractor. 1.8. Project Signage. Contractor must furnish and install two (2) Project signs at the Project Site in accordance with the requirements provided by the Project Consultant or the City as applicable. 2. CONTRACT TIME 2.1. Contractor shall be instructed to commence the Work by written instructions in the form of a Notice to Proceed providing a commencement date and issued by the City Manager or designee. The Notice to Proceed will not be issued until Contractor's submission to City of all required documents and after execution of this Contract. 2.2. Time is of the essence throughout this Contract. The Contractor shall prosecute the Work with faithfulness and diligence and the Work shall be substantially completed within ninety 90 calendar days from the date specified in the Notice to Proceed (“Contract Time”). Substantial Completion shall be defined for this purpose as the date on which City receives beneficial use of the Project. The Work shall be fully completed in accordance with the Contract Documents within thirty (30) calendar days from the date specified in the Notice to Proceed (“Final Completion Time”). The Final Completion date is defined as the date determined by the City when all Work, including punch list items, has been completed in accordance with the Contract Documents and Contractor has delivered to City all documentation required herein. 2.3. Upon failure of Contractor to substantially complete the Work as defined in this Agreement within the Contract Time, Contractor shall pay to City the sum of $1,699.00 SUBSTANTIAL COMPLETION LIQUIDATED DAMAGES for each calendar day after the expiration of the Contract Time that the Contractor fails to achieve Substantial Completion up until the date that the Contractor achieves Substantial Completion. Upon failure of Contractor to fully complete the Work and achieve Final Completion within the Final Completion Time, Contractor shall pay to City the sum of $1699.00 FINAL COMPLETION LIQUIDATED DAMAGES for each calendar day after expiration of the Final Completion Time that the Contractor fails to achieve Final Completion up until the date that the Contractor achieves Final Completion. These amounts are not penalties but are liquidated damages payable by Contractor to City for the failure to provide full beneficial occupancy and use of the Project as required. Liquidated damages are hereby fixed and agreed upon between the parties who hereby acknowledge the 47 of 111 90 difficulty of determining the amount of damages that will be sustained by City as a consequence of Contractor’s delay and failure of Contractor to complete the Work on time. The above-stated liquidated damages shall apply separately to each phase of the Project for which a time for completion is given. 2.4. City is authorized to deduct the liquidated damages from monies due to Contractor for the Work under this Contract. In case the liquidated damage amount due to City by Contractor exceeds monies due Contractor from City, Contractor shall be liable and shall immediately upon demand by City pay to City the amount of said excess. 3. CONTRACT PRICE AND PAYMENT PROCEDURES 3.1. Guaranteed Maximum Price. The City shall pay the Contractor an amount not to exceed $ for the performance of the Work in accordance with the line items and unit prices included in Exhibit “B” (the “Contract Price”). The Contract Price shall be full compensation for all services, labor, materials, equipment, and costs, including overhead and profit, associated with completion of all the Work in full conformity with the Contract Documents and adjusted only by written change orders signed by both parties and approved as required by local law. The Contract Price shall include all applicable sales taxes as required by law. 3.2. Schedule of Values. The Contractor must submit two copies of schedule of values within ten (10) calendar days from the date this Contract is executed by both parties. The schedule of values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor’s overhead and profit must be listed as separate line items. Each line item must be identified with the number and title of the major specification section or major components of the items. The Project Consultant or City as applicable may require further breakdown after review of the Contractor’s submittal. The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the schedule of values. The combined total value for mobilization under the Schedule of Values shall not exceed 5% of the value of the Contract. The accepted Schedule of Values must be incorporated into the Contractor’s payment application form. The Contractor guarantees that each individual line item contained in the schedule of values submitted as part of a competitive solicitation shall not be increased without written approval by the City Manager. 3.3. Payment Application Procedures. City shall make progress payments, deducting the amount from the Contract Price above on the basis of Contractor’s Applications for Payment on or before twenty (20) days after receipt of the Pay Application. Rejection of a Pay Application by the City shall be within twenty (20) days after receipt of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective action. Any undisputed portion shall be paid as specified above. All such payments will be made in accordance with the Schedule of Values established in the Contract Documents or, in the event there is no Schedule of Values, as otherwise provided in the Contract Documents. In the event the Contract Documents do not provide a Schedule of Values or other payment schedule, Applications for Payment shall be submitted monthly by Contractor on or before the 10th of each month for the prior month to the Project Consultant. Progress payments shall be made in an amount equal to the percentage of Work completed as determined by the City or City’s Project Consultant, but, in each case, less the aggregate of payments previously made and less such amounts as City shall determine or City may withhold taking into account the aggregate of payments made and the percentage of Project completion in accordance with the Contract Documents and Schedule of Values, if any. The Contractor agrees that five percent (5%) of the amount due for each progress payment or Pay Application (the “Retainage”) shall be retained by City until final completion and acceptance of the Work by City. In the event there is a dispute between Contractor and City concerning a Pay Application, dispute resolution procedures shall be conducted by City commencing within 45 days of receipt of the disputed Payment Application. The City shall reach a conclusion within 15 days thereafter and promptly notify Contractor of the outcome, including payment, if applicable. 48 of 111 91 3.4. Progress Payment Applications. Each progress payment application submitted to the City must include: 3.4.1. A sworn and certified progress payment affidavit indicating that all laborers, material suppliers, and subcontractors dealing with the Contractor were paid in full as it relates to all Work performed up to the time of the request for payment; 3.4.2. Partial conditional releases or waivers of lien by the Contractor, material suppliers, subcontractors, and any lienors serving a Notice to the City and evidence of proof of payment of any indebtedness incurred with respect to the Work of the Contractor as may be required by the City; 3.4.3. Evidence that all Work was fully performed as required by the Contract Documents up to the time of the request for payment and that the Work was inspected and accepted by the City and any other governmental authorities required to inspect the Work; and 3.4.4. An updated Project schedule, including a two-week look-ahead schedule, as approved in writing by the City Manager. 3.4.5. All Buy-Out Savings, including supporting documentation relating to the calculation of the Buy-Out Savings. 3.5. Final Payment. Upon Final Completion of the Work by Contractor in accordance with the Contract Documents and acceptance by the City, and upon receipt of consent by any surety, City shall pay the remainder of the Contract Price (including Retainage) as recommended by the City’s Project Consultant and Building Official. Final payment is contingent upon receipt by City from Contractor of: 3.5.1. An affidavit that payrolls, bills for materials, equipment, and other indebtedness were paid in full as it relates to all Work performed under this Contract; 3.5.2. A certificate evidencing that insurance required by the Contract Documents shall remain in effect after final payment is made; 3.5.3. A written statement that the Contractor knows of no reason that the insurance will not be renewable to cover the period required by the Contract Documents; 3.5.4. Documentation of any special warranties, including, but not limited to, any manufactures’ warranties or specific subcontractor warranties; 3.5.5. Evidence that all Punch List items have been fully completed to the satisfaction of the City; 3.5.6. All previously undelivered manufacturer and subcontractor guarantees, warranties, and manuals and documents required by the Contract Documents; 3.5.7. Final releases of lien, waivers of claim, satisfactions of liens or claims, and such other affidavits as may be reasonably required by the City to assure a lien-free and claim-free completion of the Work; 3.5.8. Evidence that the Contractor has fully cleaned and restored the site, including removal of all rubbish and debris; 49 of 111 92 3.5.9. At least one complete set of as-built plans, reflecting an accurate depiction of Contractor’s Work; 3.5.10. .Such other documents necessary to show that the Contractor has complied with all other requirements of the Contract Documents; and 3.5.11. Cost Savings, including supporting documentation used to calculate the Cost Savings. 3.6. Payment Withholding. The City may withhold any payment, including a final payment, for application to such extent as may be necessary, as determined by the City’s Project Consultant, to protect the City from loss for which the Contractor is responsible in the event that: 3.6.1. The Contractor performs defective Work and such Work has not been corrected, provided that the amount withheld shall be limited to the amount sufficient to cover such defective Work; 3.6.2. A third-party files a claim or lien in connection with the Work or this Contract; 3.6.3. The Contractor fails to make payments properly to subcontractors or suppliers for labor, materials, or equipment which has been paid by the City, provided that the amount withheld shall be limited to the amount sufficient to cover such payments to subcontractors or suppliers for labor, materials, or equipment; 3.6.4. The City has reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; 3.6.5. The Contractor, its employees, subcontractors, or agents have damaged the City; 3.6.6. The City has reasonable evidence that the Work will not be completed within the Contract Time and that the unpaid balance would not be adequate to cover liquidated damages for the anticipated delay; 3.6.7. The Contractor has failed to progress the Work satisfactorily and/or according to the Contract Schedule; 3.6.8. The Contractor has failed to carry out the Work in accordance with the Contract Documents; 3.6.9. The Contractor has failed to provide requisite releases of lien for each payment application in accordance with the Contract Documents; and/or 3.6.10. Any other failure to perform a material obligation contained in the Contract Documents. 3.7. No Waiver of City Rights. The payment of any Application for Payment by the City, including the final request for payment, does not constitute approval or acceptance by the City of any item of the Work reflected in such Application for Payment, nor shall it be construed as a waiver of any of the City ’s rights hereunder or at law or in equity. 3.8. Payment to Sub-Contractors; Certification of Payment to Subcontractors. The term “subcontractor,” as used herein, includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated into the Work or Project. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts as a condition precedent to payment to 50 of 111 93 Contractor by the City. The Contractor shall also return all retainage withheld to the subcontractors within 30 days after the subcontractor’s work is satisfactorily complete and accepted by the City. 3.9. Cost Savings and Value Engineering. 3.9.1. Cost Savings. In the event the Contractor rebids or renegotiates with any subcontractor to reduce subcontractor costs for the performance of the Work, then the difference between (i) the sum of the subcontractor costs used to establish the Contract Price, as set forth in the Schedule of Values, and (ii) the sum of the revised subcontractor costs, including any early payment or similar discounts (the “Cost Savings”), shall revert to the City. The Contract Price shall be adjusted in accordance with any Cost Savings through a Change and the Schedule of Values shall also be revised to reflect the new Contract Price. 3.9.2. Value Engineering. Contractor shall participate in Value Engineering the Contract Documents with the City and the Architect with the goal of finding acceptable means for reducing the cost of the Work. Upon acceptance by the City of recommendation for Value Engineering, the Contract Documents shall be modified to reflect such changes. All savings in connection with Value Engineering of the Work shall revert to City. 4. CONTRACT DOCUMENTS 4.1. The Contract Documents, which comprise the entire agreement between the City and the Contractor concerning the Work, consist of this Contract for Construction (including any change orders and amendments thereto), the Plans and Specifications attached hereto as Exhibit “A” (the “Plans and Technical Specifications”), the ITB and any Bidding Documents or procurement documents for the Project, the Contractor’s Bid for the Project (including the Schedule of Bid Items-Pricing) attached hereto as Exhibit “B”, the Bonds (defined herein), Insurance Certificates, the Notice of Award, and the Notice to Proceed, all of which are deemed incorporated into and made a part of this Contract by this reference and govern this Project. 4.2. This Contract incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of these Contract Documents that are not contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. 4.3. The Contract Documents shall remain the property of the City. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; however in no circumstances shall the Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the City's prior written authorization. 4.4. Conflicts; Order of Priority. This document without exhibits is referred to as the “Base Agreement.” In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Work shall apply: 4.4.1. First Priority: Change Orders with later date taking precedence; 4.4.2. Second Priority: This Base Agreement; 4.4.3. Third Priority: Exhibit “A,” the Plans and Technical Specifications; 4.4.4. Fourth Priority: Exhibit “B,” the Bid; and 51 of 111 94 4.4.5. Fifth Priority: Contract Documents, excluding this Base Agreement and Exhibits listed in this Section. 5. INDEMNIFICATION 5.1. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the City, its officers, agents, consultants, and employees, from and against any and all demands, claims, losses, expenses, suits, liabilities, causes of action, judgment or damages, including but not limited to legal fees and costs and through appeal, arising out of, related to, resulting from, or in any way connected with Contractor’s negligence, recklessness, or intentional misconduct in the Contractor’s performance or non-performance of this Contract, Contractor’s obligations, or the Work related to the Contract, including but not limited to by reason of any damage to property, or bodily injury or death incurred or sustained by any person, or to injury to or destruction of tangible property or any other property (other than the Work itself) including the loss of use resulting therefrom, caused in whole or in part by any willful, wanton, or negligent, or grossly negligent acts or omissions of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by applicable law and regardless of the negligence of any such party.. Additionally, the Contractor shall defend, indemnify, and hold the City harmless from all losses, injuries or damages and wages or overtime compensation due its employees in rendering services pursuant to this Contract, including payment of reasonable attorneys’ fees and costs in the defense of any claim made under the Fair Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act, the Americans with Disabilities Act or any other employment related litigation or worker’s compensation claims under federal, state, or local law. 5.2. The provisions of this section shall survive termination of this Contract. 6. INSURANCE AND BONDS 6.1. Insurance. 6.1.1. Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts not less than those specified below as satisfactory to the City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured, no later than ten (10) days after award of this Contract and prior to the execution of this Contract by City and prior to commencing any Work. Each certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this Section 6.1. 6.1.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of 52 of 111 95 Contractor. The General Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of $2,000,000. 6.1.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. In order for this requirement to be waived, Contractor must provide proof of exemption from such laws. Information regarding eligibility for an exemption from the State of Florida Workers’ Compensation Law is available at: https://www.myfloridacfo.com/Division/wc/PublicationsFormsManualsReports/Brochures/Ke y-Coverage-and-Eligibility.pdf. Exemptions may be applied for online through the Florida Department of Financial Services, Division of Workers’ Compensation at: https://www.myfloridacfo.com/Division/wc/Employer/Exemptions/default.htm. 6.1.1.3. Business Automobile Liability with minimum limits of $1,000,000 per Occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include Owned, Hired, and Non-Owned Vehicles. 6.1.1.4. Builder’s Risk property insurance upon the entire Work to the full replacement cost value thereof. This insurance shall include the interest of City and Contractor and shall provide All-Risk coverage against loss by physical damage including, but not limited to, Fire, Extended Coverage, Theft, Vandalism and Malicious Mischief. If Builder’s Risk insurance is not required for this Project, the City shall select this box: ☒. 6.1.1.5. Contractor acknowledges that it shall bear the full risk of loss for any portion of the Work damaged, destroyed, lost or stolen until Final Completion has been achieved for the Project, and all such Work shall be fully restored by the Contractor, at its so le cost and expense, in accordance with the Contract Documents. 6.1.2. Certificate of Insurance. On or before the Effective Date of this Contract, the Contractor shall provide the City with Certificates of Insurance for all required policies. The Contractor shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Contract, including any extensions or renewals that may be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Contract and shall state that such insurance is as required by this Contract. The City reserves the right to inspect and return a certified copy of such policies, upon written request by the City. If a policy is due to expire prior to the completion of the Work, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the City. 6.1.2.1. Additional Insured. The City is to be specifically included as an Additional Insured for the liability of the City resulting from Work performed by or on behalf of the 53 of 111 96 Contractor in performance of this Contract. The Contractor’s insurance, including that applicable to the City as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to the Contractor’s insurance. The Contractor’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 6.1.2.2. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 6.1.3. The provisions of this section shall survive termination of this Contract. 6.2. Bonds. Prior to performing any portion of the Work the Contractor shall deliver to City the Bonds required to be provided by Contractor hereunder (the bonds referenced in this Section are collectively referred to herein as the “Bonds”). Pursuant to and in accordance with Section 255.05, Florida Statutes, the Contractor shall obtain and thereafter at all times during the performance of the Work maintain a separate performance bond and labor and material payment bond for the Work, each in an amount equal to one hundred percent (100%) of the Contract Price and each in the form provided in the Contract Documents or in other form satisfactory to and approved in writing by City and executed by a surety of recognized standing with a rating of B plus or better for bonds up to Two Million Dollars. The surety providing such Bonds must be licensed, authorized and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds is included in the Contract Price. If notice of any change affecting the Scope of the Work, the Contract Price, Contract Time or any of the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to City. As authorized by Section 255.05(1)(a), Florida Statutes, if this Project is exempt from posting of a payment and performance bond, the City shall select this box: ☐. 7. CONTRACTOR’S REPRESENTATIONS AND WARRANTIES 7.1. In order to induce the City to enter into this Contract, the Contractor makes the following representations and warranties: 7.1.1. Contractor represents the following: 7.1.1.1. Contractor has examined and carefully studied the Contract Documents and the other data identified in the bidding documents, including, without limitation, the “technical data” and plans and specifications and the Plans. 7.1.1.2. Contractor has visited the Project site and become familiar with and is satisfied as to the general and local conditions and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.1.1.3. Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations and permits that may affect cost, progress, performance and furnishing of the 54 of 111 97 Work. Contractor agrees that it will at all times comply with all requirements of the foregoing laws, regulations and permits. 7.1.1.4. Contractor has made, or caused to be made, examinations, investigations, tests and/or studies as necessary to determine surface and subsurface conditions at or on the site. Contractor acknowledges that the City does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground or ground facilities at, contiguous or near the site or for existing improvements at or near the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities and improvements) at, contiguous or near to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 7.1.1.5. Contractor is aware of the general nature of Work to be performed by the City and others at the site that relates to the Work as indicated in the Contract Documents. 7.1.1.6. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.1.1.7. Contractor has given City written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by City is acceptable to Contactor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7.1.1.8. The Contractor agrees and represents that it possesses the requisite qualifications and skills to perform the Work and that the Work shall be executed in a good and workmanlike manner, free from defects, and that all materials shall be new and approved by or acceptable to City, except as otherwise expressly provided for in the Contract Documents. The Contractor shall cause all materials and other parts of the Work to be readily available as and when required or needed for or in connection with the construction, furnishing and equipping of the Project. 7.2. No recovery for changed market conditions. 7.2.1. In entering into the Contract, Contractor represents and warrants that it has accounted for any and all inflation-related events, recession, labor or material shortages, supply chain disruptions, delivery lead time, or price increases that may be caused by local and or national conditions, whether known or unknown at the time of entering into the Contract (the “Market Conditions”). Contractor further specifically represents and warrants that it has considered all impacts and potential impacts, including any current and future supply chain disruptions and labor shortages, associated with the following events: (1) worldwide pandemics including, but not limited to, COVID-19 and Monkey Pox (the “Pandemics”) and (2) the current military conflict involving Russia and the Ukraine (the “Ukraine Military Conflict”). Contractor also represents and warrants 55 of 111 98 that in determining time requirements for procurement, installation, and construction completion, Contractor has taken into account the impacts of Market Conditions, the Pandemics, and the Ukraine Military Conflict, and has included all of those factors in the Construction Schedule and Contract Sum. 7.2.2. Contractor shall not seek any price increases or time extensions relating to or arising from the impacts of any Market Conditions, the Pandemics or Ukraine Military Conflict. 7.2.3. The City shall not make any adjustment in the Contract Sum or grant an extension to the Contract Time in connection with any failure by the Contractor to comply with the requirements of this Section. 7.3. Contractor warrants the following: 7.3.1. Anti-Discrimination. Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this Contract because of race, color, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and agrees to abide by all federal and state laws regarding non-discrimination. 7.3.2. Anti-Kickback. Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the City has any interest, financially or otherwise, in the Project. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the Contract Price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 7.3.3. Licensing. Contractor represents that it is a properly qualified and licensed contractor in good standing within the jurisdiction within which the Project is located. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required licenses from the federal, state, Miami-Dade County, City, or other governmental or regulatory entity. Contractor acknowledges that it is the obligation of Contractor to obtain all licenses required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required licenses. 7.3.4. Permits. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required permits from the federal, state, Miami- Dade County, City, or other governmental or regulatory entity with jurisdiction over the site that are necessary to perform the Work. Contractor acknowledges that it is the obligation of Contractor to obtain all permits required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required permits. City building permit fees may be waived for this Project. If permits are required by any other governing body or agency, the Contractor shall be obligated to pay the fees. 7.4. Defective Work; Warranty and Guarantee. 7.4.1. City shall have the authority to reject or disapprove Work which the City finds to be defective. If required by the City, 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, 56 of 111 99 indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 7.4.2. 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 the City or its designee, 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. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 7.4.3. The Contractor shall unconditionally warrant and guarantee all labor, materials and equipment furnished and Work performed for a period of three (3) years from the date of Substantial Completion. If, within three (3) years after the date of substantial completion, 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. Should the manufacturer of any materials and equipment furnished provide for a longer warranty, then the Contractor shall transfer such warranty to the City prior to Final Completion. 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 any claim regarding latent defects. Contractor shall provide and assign to City all material and equipment warranties upon completion of the Work hereunder. 7.4.4. Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered. 8. DEFAULT, TERMINATION, AND SUSPENSION; REMEDIES 8.1. Termination for Cause. If Contractor fails to timely begin the Work, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to ensure the prompt completion of the Work within the Contract Time or Final Completion Time as specified in Section 2, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if the Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, City may, upon seven (7) days after sending Contractor a written Notice of Termination, terminate the services of Contractor, exclude Contractor from the Project site, provide for alternate prosecution of the Work, appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable, and may finish the Work by whatever methods it may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Project is completed. All damages, costs and charges incurred by City, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed monies due Contractor from City, Contractor shall be liable and shall pay to City the amount of said excess promptly upon demand therefore by City. In the event it is adjudicated that City was not entitled to terminate the Contract as described hereunder for default, the Contract shall automatically be deemed terminated by City for convenience as described below. 8.2. Termination for Convenience. This Contract may be terminated by the City for convenience upon seven (7) calendar days’ written notice to the Contractor. In the event of such a termination, the Contractor shall incur no further obligations in connection with the Project and shall, to the extent possible, terminate any outstanding subcontractor obligations. The Contractor shall be compensated 57 of 111 100 for all services performed to the satisfaction of the City. In such event, the Contractor shall promptly submit to the City its Application for Payment for final payment which shall comply with the provisions of the Contract Documents. 8.3. Suspension of Contract. This Contract may be suspended for convenience by the City upon seven (7) calendar days’ written notice to the Contractor or immediately if suspended in connection with a local or state declaration of emergency. Suspension of the Work will entitle the Contractor to additional Contract Time as a non-compensable, excusable delay. 8.4. Termination Due to Lack of Funding. This Contract is subject to the conditions precedent that: (i) City funds are available, appropriated, and budgeted for the Work, the Project, and/or Contract Price; (ii) the City secures and obtains any necessary proceeds, grants, and/or loans for the accomplishment of the Work and/or the Project pursuant to any borrowing legislation adopted by the City Council relative to the Project; and (iii) City Council enacts legislation which awards and authorizes the execution of this Contract if such is required. 8.5. 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. 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 or whether or not caused by City. Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. 8.6. Waiver of Consequential Damages. Contractor assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Contractor’s Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 8.7. Litigation of Claims. Mediation shall not be required before either party may proceed to litigation. 8.8. Rights and Remedies. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder and in accordance with this Contract shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 9. CHANGES IN THE WORK 9.1. Change Orders. 9.1.1. Without invalidating the Contract Documents, and without notice to any Surety, the City reserves the right to make increases, decreases or other changes in the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete the Work in a manner satisfactory to the City. The City reserves the right to order changes, which may result in additions to or reductions from the amount, type or value of the Work shown in the Contract, and which are within the general scope of the Contract Documents, and all such changes 58 of 111 101 will be authorized only by a change order (“CO”) approved in advance, and issued in accordance with provisions of the Contract Documents. 9.1.2. For Contractor initiated change orders, the Contractor is required to provide the Project Consultant with a detailed Request for Change Order (“RCO”) in a form approved by the City, which must include the requested revisions to the Contract, including, but not limited to, adjustments in the Contract Price and/or Contract Time. The Contractor must provide sufficient supporting documentation to demonstrate the reasonableness of the RCO. The City may require Contractor to provide additional data including, but not limited to, a cost breakdown of material costs, labor costs, labor rates by trade, work classifications, and overhead rates to support the RCO. If applicable, the RCO must include any schedule revisions accompanied by an explanation of the cost impact of the proposed change. Failure to include schedule revisions in an RCO will be deemed as the Contractor’s acknowledgement that the changes included in an RCO will not affect the project schedule. 9.1.3. Any modifications to the Contract Work, Contract Time, or Contract Price, must be effectuated through a written CO executed by both parties and, if required by the City Code of Ordinances, approved by the City Council. 9.1.4. In the event a satisfactory adjustment cannot be reached, and a CO has not been issued, given that time is of the essence, the City reserves the right, at its sole option, to direct the Contractor to proceed on a time and materials basis or make such arrangements as may be deemed necessary to complete the proposed additional Work at the unit prices provided in the Contract Documents. Where the City directs the Contractor to proceed on a time and materials basis, the City shall impose a maximum not-to-exceed amount and the Contractor must maintain detailed records of all labor and material costs including but not limited to payroll records and material receipts. Contractor must demonstrate its costs with sufficient evidence to be entitled to compensation from the City. 9.2. Continuing the Work. Contractor must continue to perform all Work under the Contract Documents during all disputes or disagreements with City, including disputes or disagreements concerning an RCO. Contractor shall not delay any Work pending resolution of any disputes or disagreements. 10. MISCELLANEOUS 10.1. No Assignment. Neither party shall assign the Contract or any sub-contract 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 City Manager. 10.2. Contractor’s Responsibility for Damages and Accidents. 10.2.1. Contractor shall accept full responsibility for the Work against all loss or damage of any nature sustained until final acceptance by City and shall promptly repair any damage done from any cause. 10.2.2. 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. 10.3. Governing Law. This Contract shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any litigation arising out of this Contract shall be proper exclusively in Miami-Dade County, Florida. 10.4. Waiver of Jury Trial. CITY AND CONTRACTOR KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVE ANY RIGHT EITHER MAY HAVE TO A TRIAL BY JURY IN STATE AND OR FEDERAL COURT PROCEEDINGS IN RESPECT TO ANY ACTION, PROCEEDING, LAWSUIT OR COUNTERCLAIM BASED UPON THE CONTRACT FOR 59 of 111 102 CONSTRUCTION, ARISING OUT OF, UNDER, OR IN CONNECTION WITH THE CONSTRUCTION OF THE WORK, OR ANY COURSE OF CONDUCT, COURSE OF DEALING, STATEMENTS OR ACTIONS OR INACTIONS OF ANY PARTY. 10.5. Prevailing Party; Attorneys’ Fees. In the event of any controversy, claim, dispute or litigation between the parties arising from or relating to this Contract (including, but not limited to, the enforcement of any indemnity provisions), the prevailing party shall be entitled to recover from the non- prevailing party all reasonable costs, expenses, paralegals’ fees, experts’ fees and attorneys' fees including, but not limited to, court costs and other expenses through all trial and appellate levels. In addition, the prevailing party shall be entitled to recover from the non-prevailing party all litigation costs associated with discovery, processing, management, hosting, and production of electronically stored information (ESI). 10.6. Compliance with Laws. The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. Any mandatory clauses which are required by applicable law shall be deemed to be incorporated herein. 10.7. Examination and Retention of Contractor’s Records. 10.7.1. The City or any of its duly authorized representatives shall, for five (5) years after final payment under this Contract, have access to and the right to examine any of the Contractor’s books, ledgers, documents, papers, or other records involving transactions related to this Contract for the purpose of making audit, examination, excerpts, and transcriptions. In addition, the Contractor agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. 10.7.2. The Contractor agrees to include in any subcontractor contracts for this Project corresponding provisions for the benefit of City providing for retention and audit of records. 10.7.3. The right to access and examination of records stated herein and in any subcontracts shall survive termination or expiration of this Contract and continue until disposition of any mediation, claims, litigation or appeals related to this Project. 10.7.4. The City may cancel and terminate this Contract immediately for refusal by the Contractor to allow access by the City Manager or designees to any Records pertaining to work performed under this Contact that are subject to the provisions of Chapter 119, Florida Statutes. 10.8. Authorized Representative. 10.8.1. Before commencing the Work, Contractor shall designate a skilled and competent authorized supervisor and representative (“Authorized Representative”) acceptable to City to represent and act for Contractor and shall inform City, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor. Contractor shall keep City informed of any subsequent changes in the foregoing. Such representative shall be present or duly represented at the Project site at all times when Work is actually in progress. All notices, determinations, instructions and other communications given to the authorized representatives of Contractor shall be binding upon the Contractor. 10.8.2. The Authorized Representative, project managers, superintendents and supervisors for the Project are all subject to prior and continuous approval of the City. If, at any time during the term of this Contract, any of the personnel either functionally or nominally performing any of the positions named above, are, for any reasonable cause whatsoever, unacceptable to the City, Contractor shall replace the unacceptable personnel with personnel acceptable to the City. 60 of 111 103 10.9. Taxes. Contractor shall pay all taxes, levies, duties and assessments of every nature which may be applicable to any Work under this Contract. The Contract Price and any agreed variations thereof shall include all taxes imposed by law at the time of this Contract. Contractor shall make any and all payroll deductions required by law. Contractor herein indemnifies and holds the City harmless from any liability on account of any and all such taxes, levies, duties and assessments. 10.10. Utilities. Contractor shall, at its expense, arrange for, develop and maintain all utilities at the Project to perform the Work and meet the requirements of this Contract. Such utilities shall be furnished by Contractor at no additional cost to City. Prior to final acceptance of the Work, Contractor shall, at its expense, satisfactorily remove and dispose of all temporary utilities developed to meet the requirements of this Contract. 10.11. Safety. Contractor shall be fully and solely responsible for safety and conducting all operations under this Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property and in full compliance with Occupational Safety and Health Act requirements and all other similar applicable safety laws or codes. Contractor shall continually and diligently inspect all Work, materials and equipment to discover any conditions which might involve such risks and shall be solely responsible for discovery and correction of any such conditions. Contractor shall have sole responsibility for implementing its safety program. City shall not be responsible for supervising the implementation of Contractor's safety program, and shall not have responsibility for the safety of Contractor's or its subcontractor's employees. Contractor shall maintain all portions of the Project site and Work in a neat, clean and sanitary condition at all times. Contractor shall assure that subcontractors performing Work comply with the foregoing safety requirements. 10.12. Cleaning Up. Contractor shall, at all times, at its expense, keep its Work areas in a neat, clean and safe condition. Upon completion of any portion of the Work, Contractor shall promptly remove all of its equipment, construction materials, temporary structures and surplus materials not to be used at or near the same location during later stages of Work. Upon completion of the Work and before final payment is made, Contractor shall, at its expense, satisfactorily dispose of all rubbish, unused materials and other equipment and materials belonging to it or used in the performance of the Work and Contractor shall leave the Project in a neat, clean and safe condition. In the event of Contractor's failure to comply with the foregoing, the same may be accomplished by City at Contractor's expense. 10.13. Liens. Contractor shall not permit any mechanic’s, laborer’s or materialmen’s lien to be filed against the Project site or any part thereof by reason of any Work, labor, services or materials supplied or claimed to have been supplied to the Project. In the event such a lien is found or claimed against the Project, Contractor shall within ten (10) days after notice of the lien discharge the lien or liens and cause a satisfaction of such lien to be recorded in the public records of Miami-Dade County, Florida, or cause such lien to be transferred to a bond, or post a bond sufficient to cause the Clerk of the Circuit Court of Miami-Dade County, Florida, to discharge such lien pursuant to Chapter 713.24, F.S. In the event Contractor fails to so discharge or bond the lien or liens within such period as required above, City shall thereafter have the right, but not the obligation, to discharge or bond the lien or liens. Additionally, City shall thereafter have the right, but not the obligation, to retain out of any payment then due or to become due Contractor, one hundred fifty percent (150%) of the amount of the lien and to pay City ’s reasonable attorneys' fees and costs incurred in connection therewith. 10.14. State Required Affidavits. By entering into this Agreement, the Contractor agrees to review and comply with the following state affidavit requirements: 10.14.1. Public Entity Crimes Affidavit. Contractor shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 61 of 111 104 10.14.2. Scrutinized Companies. Consultant certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, Florida Statues, the Village may immediately terminate this Agreement at its sole option if the Consultant is found to have submitted a false certification; or if the Consultant is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. If this Agreement is for more than one million dollars, the Consultant certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Terrorism Sectors List, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, Florida Statutes. Pursuant to Section 287.135, Florida Statutes, the Village may immediately terminate this Agreement at its sole option if the Consultant is found to have submitted a false certification; or if the Consultant is placed on the Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Terrorism Sectors List, Scrutinized Companies with Activities in Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 10.14.3. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The Village will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e- verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. 10.14.4. Noncoercive Conduct Affidavit. Pursuant to Section 787.06, Florida Statutes, a nongovernmental entity executing, renewing, or extending a contract with a governmental entity is required to provide an affidavit, signed by an officer or a representative of the nongovernmental entity under penalty of perjury, attesting that the nongovernmental entity does not use coercion for labor or services as defined in Section 787.06(2)(a), Florida Statutes. By entering into this Agreement, the Contractor acknowledges that it has read Section 787.06, Florida Statutes, and will comply with the requirements therein, and has executed the required affidavit attached hereto and incorporated herein. 10.14.5. Prohibition on Contracting with Entities of Foreign Concern. Pursuant to Section 287.138, Florida Statutes (which is expressly incorporated herein by reference), a governmental entity may not knowingly enter into a contract with an entity which would give access to an individual’s personal identifying information if (a) the entity is owned by 62 of 111 105 the government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in the entity; or (c) the entity is organized under the laws of or has its principal place of business in a foreign country of concern. By entering into this Agreement, the Contractor acknowledges that it has read Section 287.138, Florida Statutes, and complies with the requirements therein, and has executed the required affidavit attached hereto and incorporated herein. 10.15. Independent Contractor. The Contractor is an independent contractor under the Contract. This Contract does not create any partnership nor joint venture. Services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the Contractor. 10.16. Notices/Authorized Representatives. Any notices required by this Contract shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Contract or such other address as the party may have designated by proper notice. 10.17. Ownership and Access to Records and Audits. 10.17.1. Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Contractor during the term of this Contract (“Work Product”) belong to the City. Contractor shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Contract) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 10.17.2. Contractor agrees to keep and maintain public records in Contractor’s possession or control in connection with Contractor’s performance under this Contract. The City Manager or her designee shall, during the term of this Contract and for a period of five (5) years from the date of termination of this Contract, have access to and the right to examine and audit any records of the Contractor involving transactions related to this Contract. Contractor additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Contractor shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Contract, and following completion of the Contract until the records are transferred to the City. 10.17.3. Upon request from the City’s custodian of public records, Contractor shall provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. 10.17.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Contract are and shall remain the property of the City. 10.17.5. Upon completion of this Contract or in the event of termination by either party, any and all public records relating to the Contract in the possession of the Contractor shall be delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days. 63 of 111 106 All such records stored electronically by Contractor shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of this Contract, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 10.17.6. Any compensation due to Contractor shall be withheld until all records are received as provided herein. 10.17.7. Contractor’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Contract by the City. 10.17.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov 11. SPECIAL CONDITIONS The following provisions in this Section 10 supersede any other provisions contained in this Contract only to the extent of any conflict with same. These provisions are particular to a given transaction and are transaction specific: 11.1. Unsatisfactory Personnel. 11.1.1. Contractor must at all times enforce strict discipline and good order among its employees and subcontractors at the Project(s) site(s) and must not employ on any Work any unfit person or anyone not skilled in the Work to which they are assigned. 11.1.2. The City may make written request to the Contractor for the prompt removal and replacement of any personnel employed or retained by the Contractor, or any or Subcontractor engaged by the Contractor to provide and perform services or Work pursuant to the requirements of the Contract Documents. The Contractor must respond to the City within five (5) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. The City will make the final determination as to the removal of unsatisfactory personnel from the Work. The Contractor agrees that the removal of any of such individual(s) does not require the termination or demotion of said individual(s). 11.2. Hours of Work. 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 interfere with or close any thoroughfare, without the written consent of the City or governing jurisdiction. Work is anticipated to be performed Monday through Friday in accordance with the requirements and limitations of applicable law including, without limitation, the City Code of Ordinances. The Contractor shall not perform Work beyond the time and days provided above without the prior written approval of the City. 64 of 111 107 11.3. Maintenance of Traffic. Whenever required by the scope of Work, by federal, state, or local law, or requested by the City to protect the public health, safety, and welfare, a Maintenance of Traffic (“MOT”) must be performed in accordance with the applicable FDOT Index Numbers (600 Series) and as further stated herein. The manual on Uniform Traffic Control Devises for Streets and Highways (U.S. Department of Transportation, FHWA), must be followed in the design, application, installation, maintenance and removal of all traffic control devices, warning devices and barriers necessary to protect the public and workmen from hazards with the Project limits. Pedestrian and vehicular traffic must be maintained and protected at all times. Prior to commencement of the Work, Contractor must provide the City with a proposed MOT plan for review. The City may require revisions to the proposed MOT plan. The MOT plan must be updated by the Contractor every two weeks. Failure to provide an MOT plan may result in the issuance of a stop work order. The Contractor will not be entitled to additional Contract Time for delays resulting from its failure to provide the required MOT plan. 11.4. 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 Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. 11.5. Substitutions. Substitution of any specified material or equipment requires the prior written acceptance of the Project Consultant. It is the sole responsibility of the Contractor to provide sufficient information and documentation to the Project Consultant to allow for a thorough review and determination on the acceptability of the substitution. Approval of a substitution does not waive or mitigate the Contractor’s responsibility to meet the requirements of the Contract Documents. The City may require an adjustment in price based on any proposed substitution. 11.6. Severe Weather Preparedness. During such periods of time as are designated by the United States Weather Bureau or Miami-Dade County as being a severe weather event, including a hurricane watch or warning, the Contractor, at no cost to the City, must take all precautions necessary to secure any Work in response to all threatened storm events, regardless of whether the Contractor has been given notice of same, in accordance with the Miami-Dade County Code. Compliance with any specific severe weather event or alert precautions will not constitute additional work. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as non-compensable, excusable delay. 11.7. Grant Funding. The Contractor acknowledges that the Work may be fully or partially funded utilizing funds from the grants listed below (each a “Grant”). Accordingly, the Contractor warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work in accordance with the terms and conditions of the Grant. If the Work will be funded utilizing Grant funds, the City shall select this box: ☐. Grant Title Grant Agreement Exhibit If the Work will be funded utilizing Grant funds, the City shall select this box:. 11.8. DBE Contract Assurance. 65 of 111 108 11.8.1. The City affirms it has encouraged women-owned, minority-owned, and disadvantaged businesses of the Project and be responsive to the opportunity of the award of this Contract. 11.8.2. Contractor, or any subcontractor performing Work under this Contract, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Contractor shall carry out all applicable requirements of 49 CFE Part 26 in the award and administration of this Contract. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the City deems appropriate. 11.9. Scrutinized Companies. 11.9.1. Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 11.9.2. If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 11.9.3. The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 11.9.4. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above- stated contracting prohibitions then they shall become inoperative. 66 of 111 109 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager Attest: By: Nkenga “Nikki” Payne, CMC, FCRM City Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: Genaro “Chip” Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 305-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) CONTRACTOR By: Name: Title: Entity: Addresses for Notice: (telephone) (email) With a copy to: (telephone) (email) 67 of 111 110 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E- Verify affidavits from subcontractors. ☐ Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 68 of 111 111 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Effective July 1, 2024, Section 787.06, Florida Statutes, a nongovernmental entity executing, renewing, or extending a contract with a governmental entity is required to provide an affidavit, signed by an officer or a representative of the nongovernmental entity under penalty of perjury, attesting that the nongovernmental entity does not use coercion for labor or services as defined in Section 787.06(2)(a), Florida Statutes. By signing below, I hereby affirm under penalty of perjury that: 1. I have read Section 787.06, Florida Statutes, and understand that this affidavit is provided in compliance with the requirement that, upon execution, renewal, or extension of a contract between a nongovernmental entity and a governmental entity, the nongovernmental entity must attest to the absence of coercion in labor or services. 2. I am an officer or representative of , a nongovernmental entity. 3. does not use coercion for labor or services as defined in the relevant section of the law. In the presence of: Under penalties of perjury, I declare that I have read the foregoing and the facts stated in it are true: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: OATH OR AFFIRMATION State of Florida County of Sworn to (or affirmed) and subscribed before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 69 of 111 112 AFFIDAVIT REGARDING PROHIBITION ON CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN Pursuant to Section 287.138, Florida Statutes (which is expressly incorporated herein by reference), a governmental entity may not knowingly enter into a contract with an entity which would give access to an individual’s personal identifying information if (a) the entity is owned by ethe government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in the entity; or (c) the entity is organized under the laws of or has its principal place of business in a foreign country of concern. This affidavit must be completed by an officer or representative of an entity submitting a bid, proposal, or reply to, or entering into, renewing, or extending, a contract with a governmental entity which would grant the entity access to an individual’s personal identifying information. 1. (“entity”) does not meet any of the criteria in paragraphs (2)(a)-(c) of Section 287.138, F.S. In the presence of: Under penalties of perjury, I declare that I have read the foregoing and the facts stated in it are true: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: OATH OR AFFIRMATION State of Florida County of Sworn to (or affirmed) and subscribed before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 70 of 111 113 ATTACHMENT B DECLARATION/AFFIDAVIT OF REPRESENTATION This Affidavit is not required for compliance with the City’s Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14- 2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review, or similar committee, must list on an affidavit provided by the City staff, all individuals who may make a presentation. The Affidavit must be filed by with the City Clerk's office at the time the a bid or proposal is submitted to the City. For the purpose of this solicitation only, the members listed for the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person may appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this Affidavit or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to Section 92.525(2), Florida Statutes, the undersigned, ________________, makes the following declaration under penalties of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. NAME TITLE Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically, that the persons listed above are the members of the presentation team of the entity listed below. 71 of 111 114 ATTACHMENT C CONSTRUCTION DOCUMENTS Prepared by Kimley Horn 72 of 111 115 PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 5/30/20258:26:40AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtG001 Designer GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT Author Checker 040818029 5/30/2025 COVER SHEET 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 SOUTH MIAMI, FL 05/30/2025 PROJECT VICINITY MAP GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT PROJECT LOCATION SITE DATA OWNER: CITY OF SOUTH MIAMI GIBSON-BETHEL 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 PHONE: 305-668 -3876 ENGINEER: KIMLEY-HORN & ASSOCIATES, INC. 201 N. FRANKLIN ST #1400 TAMPA, FL 33602 PHONE: 813-620 -1460 CONSTRUCTION DOCUMENTS FOR PROJECT SHEET INDEX SHEET NUMBER SHEET NAME Coordination G001 COVER SHEET ELECTRICAL E201 LEVEL 1 & 2 - ELECTRICAL PLANS E202 ROOF - ELECTRICAL PLAN E300 ELECTRICAL SINGLE LINE DIAGRAM E400 ELECTRICAL PANEL SCHEDULES ED101 LEVEL 2 & ROOF - DEMO PLANS E000 ELECTRICAL SYMBOLS, ABBREVIATIONS, AND NOTES E001 ELECTRICAL SPECIFICATIONS MECHANICAL M000 MECHANICAL SYMBOLS, ABBREVIATIONS, AND NOTES M001 MECHANICAL SPECIFICATIONS M100 MECHANICAL DUCTWORK DEMO FLOOR PLANS M101 MECHANICAL DUCTWORK DEMO ROOF PLAN M102 MECHANICAL DUCTWORK NEW FLOOR PLANS M103 MECHANICAL DUCTWORK NEW ROOF PLAN M200 MECHANICAL DETAILS M300 MECHANICAL CONTROLS M301 MECHANICAL CONTROLS M302 MECHANICAL CONTROLS M400 MECHANICAL SCHEDULE CITY COMMISSION OFFICIALS MAYOR:JAVIER FERNANDEZ VICE MAYOR/ COMMISSIONER GROUP III:BRIAN COREY COMMISSIONER GROUP I:STEVE CALLE COMMISSIONER GROUP II:DANNY RODRIGUEZ COMMISSIONER GROUP IV:LISA BONICH 73 of 111 116 Kimley»>Horn MOUNTED AND LOCATED AS DIRECTED BY A.H.J. WHERE APPLICABLE ADDRESSABLE FIRE ALARM CONTROL PANEL W/ DACT. 6' AFF TO TOP OF PANEL MOUNTED AND LOCATED AS DIRECTED BY A.H.J. WHERE APPLICABLE WALL MOUNTED 44" CENTER LINE A.F.F. WALL MOUNTED 44" CENTER LINE A.F.F. FURNISHED BY OTHERS FURNISHED BY OTHERS WALL MOUNTED, 90" TOP A.F.F. MINIMUM AND NO LESS THAN 6" FROM CEILING WALL MOUNTED, 90" TOP A.F.F. MINIMUM AND NO LESS THAN 6" FROM CEILING 80" A.F.F. TO THE BOTTOM OF THE LENS 80" A.F.F. TO THE BOTTOM OF THE LENS 80" A.F.F. TO THE BOTTOM OF THE LENS 80" A.F.F. TO THE BOTTOM OF THE LENS 80" A.F.F. TO THE BOTTOM OF THE LENS 80" A.F.F. TO THE BOTTOM OF THE LENS FURNISHED BY OTHERS FURNISHED BY OTHERS FLUSH MOUNTED, SEE DOOR SCHEDULE LA-1 DUPLEX CONVENIENCE OUTLET, +18" AFF (TYPICAL). DUPLEX CONVENIENCE OUTLET, COUNTER HEIGHT +40" AFF (TYPICAL). DUPLEX CONVENIENCE OUTLET W/ DEDICATED CIRCUIT & ISOLATED GROUND. CONVENIENCE OUTLET W/ GFCI PROTECTION & WEATHER PROOF-IN-USE COVER. JUNCTION BOX, SPECIFIC USE AS NOTED. POWER DEVICES CONVENIENCE OUTLET W/ GFCI PROTECTION. WP DOUBLE DUPLEX CONVENIENCE OUTLET. J USE SPECIAL PURPOSE OUTLET, NEMA CONFIGURATION AND VOLTAGE AS NOTED. QUAD RECEPTACLE IN FLOOR BOX. REUSE DEMOLISHED AMF50 FLOOR BOX HOUSING WHEN AVAILABLE. IF NOT, PURCHASE SAME OR EQUIVALENT. DUPLEX CONVENIENCE OUTLET, CEILING MOUNTED, FVMH.C, FVMH FL W, FVMH W, FVMH W, FVMH MOUNTING (UON) ELECTRICAL SYMBOLS CONDUIT RUN IN OR ON CEILING OR WALL. CONDUIT RUN IN FLOOR, UNDER FLOOR, OR UNDERGROUND. CONDUIT AND RACEWAY MARKS INDICATE QTY OF CONDUCTORS IN CONDUIT EXCLUDING GROUND. NO MARKS INDICATE (2) CONDUCTORS. ADD GROUND PER NEC FOR EMT & NON-METALLIC CONDUIT. LONG MARK INDICATES GROUND FOR ISOLATED GROUNDING SYSTEM. SIZE PER NEC. HOMERUN INDICATING PANEL AND CIRCUIT NUMBER. HOMERUN WITH CIRCUIT NUMBER IN BRACKETS INDICATING MULTI-PHASE LOAD. "ON" INDICATES CIRCUITING SPLIT AT DIFFERENT LOCATIONS CONDUIT DOWN. CONDUIT UP. CONDUIT STUB AND CAP. LA-[1,3,5] ON HA-1 DISCONNECT, HEAVY DUTY, NON-FUSIBLE VARIABLE FREQUENCY DRIVE COMBINATION MOTOR STARTER & DISCONNECT INVERTER EQUIPMENT MAGNETIC MOTOR STARTER ELECTRICAL PANEL, SURFACE MOUNTED DISTRIBUTION PANELBOARD TRANSFORMER DISCONNECT, HEAVY DUTY, FUSIBLE VFD ELECTRICAL PANEL, FLUSH MOUNTED WALL WALL WALL EQUIPMENT CALLOUT AUXILIARY SYSTEM CABINETWALL 1 AC BRANCH CIRCUIT (DIAGRAMMATIC) SM MOTOR RATED SWITCH IG AC1 LIGHTING FIXTURE TAG, INDICATING FIXTURE ID.L# TRACK AND TRACK LIGHT FIXTURE RECESSED SQUARE DOWNLIGHT FIXTURE LINEAR LIGHTING FIXTURE STRIP LIGHT FIXTURE LIGHTING FIXTURES (REFER TO LIGHTING FIXTURE SCHEDULE FOR DETAILS) RECESSED TROFFER, 1'X4', 2'X2', 2'X4' VANITY FIXTUREWALL EXIT SIGN, SINGLE FACE, UNSWITCHED. ARROWS INDICATE PATH OF EGRESS. REFER TO ARCHITECTURAL PLANS FOR MOUNTING. EXIT SIGN, DOUBLE FACE, UNSWITCHED. ARROWS INDICATE PATH OF EGRESS. REFER TO PLANS FOR MOUNTING. ON/OFF SWITCH, SINGLE POLE, MODEL# NPODMA LIGHTING CONTROLS SINGLE-POLE DIMMER SWITCH, MODEL# NPODMA D W, +48" AFFS S4,D SOS/VS TWO-POLE DIMMER SWITCH, MODEL# NPODMA 2P D FOUR-POLE DIMMER SWITCH, MODEL# NPODMA 4P D OCCUPANCY/VACANCY SENSOR SWITCH, MODEL# WSXA PDT SA OCCUPANCY/VACANCY SENSOR, DUAL TECHNOLOGY, MODEL# NCM PDT 9/10 RJB C PHOTOCONTROL SENSOR, MODEL# NCM PDT 10 ADCX RJB C OS WH-1 PC EMERGENCY POWER OFF SWITCH, MUSHROOM TYPE DUPLEX CONVENIENCE OUTLET FOR MONITOR. COORDINATE WITH ARCH/OWNER.W, +60" AFFMON DUPLEX CONVENIENCE OUTLET WITH INTEGRAL USB CHARGING PORTS.W, +18" AFF DUPLEX CONVENIENCE OUTLET FOR ELECTRIC WATER COOLER W, +30" AFFEWC DUPLEX CONVENIENCE OUTLET W/ DEDICATED CIRCUIT FOR REFRIGERATOR.W, +42" AFFREF DUPLEX CONVENIENCE OUTLET W/ DEDICATED CIRCUIT FOR WASTE DISPOSAL.DISP W, +18" AFF W, +18" AFF W, +18" AFF W, +18" AFF W, +18" AFF W, +18" AFF MOUNTING (UON) W, +48" AFF W, +48" AFF W, +48" AFF W, +48" AFF MOTOR RATED HAND-OFF-AUTO SWITCH SD THREE-POLE DIMMER SWITCH, MODEL# NPODMA 3P D W, +48" AFF DUPLEX RECEPTACLE IN FLOOR BOX. REUSE DEMOLISHED AMF50 FLOOR BOX HOUSING WHEN AVAILABLE. IF NOT, PURCHASE SAME OR EQUIVALENT.FL DATA OUTLET, DASH INDICATES 40" AFF TELEPHONE OUTLET DATA OUTLET, CEILING MOUNTED TELECOMMUNICATION DEVICES FIRE ALARM REMARKS AUDIO SPEAKER AUDIO/VIDEO MOUNTING (UON) FVMS # WIRELESS ACCESS POINT (WAP) # # #DATA OUTLET, IN FLOOR BOX, REUSE DEMOLISHED AMF50 FLOOR BOX HOUSING WHEN AVAILABLE. IF NOT, PURCHASE SAME OR EQUIVALENT. TELECOMMUNICATION DEVICE TYPE DESIGNATION LEGEND X = TYPE, # = NUMBER OF DATA DROPS RECESSED TROFFER 1'X4', 2'X2', 2'X4' UNSHADED REGION DESIGNATES LIGHT FIXTURE FOR NORMAL OPERATION L# LIGHT FIXTURE ID - SEE LIGHT FIXTURE SCHEDULE TAG DESCRIPTION PANEL - # LIGHTING DESIGNATION LEGEND EM EMERGENCY L LED NL NIGHT LIGHT (UNSWITCHED) S SITE LIGHTING X EXIT LIGHT WAP SHOA T DP SYSTEM SYMBOLSLIGHTING SYMBOLS KNOX BOX TWO WAY COMMUNICATION MULTI-CANDELA STROBE ONLY (WEATHERPROOF) CEILING MOUNTED STROBE (WEATHERPROOF, HIGH CANDELA) FIRE ALARM REMOTE ANNUNCIATOR FIRE ALARM TERMINAL CABINET PHOTOELECTRIC SMOKE DETECTOR DUCT DETECTOR DUCT DETECTOR WEATHERPROOF HEAT DETECTOR (R.O.R/FIXED TEMP 135°) HEAT DETECTOR (WEATHERPROOF) MANUAL PULL STATION MANUAL PULL STATION (WEATHERPROOF) HEAT DETECTOR (FIXED TEMP. 190°) SPRINKLER WATERFLOW BELL FIRE ALARM CONTROL PANEL 120 VOLT SMOKE DETECTOR WITH BATTERY BACKUP SPRINKLER FLOW SWITCH SPRINKLER TAMPER SWITCH MULTI-CANDELA STROBE ONLY SPRINKLER PRESSURE SWITCH DOOR HOLDER NOTIFICATION APPLIANCE CIRCUIT CABINET DD DD FARA FATC P K FACP P B TS FS PS WP WPHC WPHC WP WPHC WPHC WP WP WP WP WP WP WP TWC DH NAC WALL MOUNTED 44" CENTER LINE A.F.F. SWITCHBOARD ELECTRIC METAL TUBING MOUNTING HEIGHT DIAMETER NATIONAL ELECTRICAL CODE GROUND FAULT CIRCUIT INTERRUPT SWBD W PH WIRE PHASE MH MC NEC DIA GFCI EMT METAL CLAD ABOVE FINISHED FLOORAFF AC ARMORED CABLE AMERICAN WIRE GAUGEAWG BUILDINGBLDG COPPERCU ETCETERAETC NEMA NATIONAL ELECTRIC MANUFACTURERS ASSOCIATION PVC POLYVINYL CHLORIDE SES SERVICE ENTRANCE SECTION UNINTERRUPTED POWER SUPPLYUPS ABBREVIATIONS KILOVOLT-AMPSKVA EXISTING TO REMAIN. PROVIDE WHITE TRIM FOR NON-WHITE TRIM DEVICESEX AMERICAN NATIONAL STANDARDS INSTITUTEANSI NOT TO SCALENTS UNIFORM BUILDING CODEUBC UNDERWRITERS LABORATORYUL SPD SURGE PROTECTION DEVICE PWR POWER KILOWATTkW ELECTRIC NON-METALLIC TUBINGENT TYPICALTYP XFMR TRANSFORMER WP WEATHER PROOF NFPA NATIONAL FIRE PROTECTION AGENCY NORM NORMAL INSTITUTE FOR ELECTRONIC AND ELECTRICAL ENGINEERSIEEE GROUNDING ELECTRODE CONDUCTORGEC UNLESS NOTED OTHERWISEUON OVER CURRENT PROTECTIONOCP # PANEL AND CIRCUIT DESIGNATION SWITCH DESIGNATION CR CARD READER RECESSED ROUND DOWNLIGHT FIXTURE. HATCH INDICATES FIXTURE ON LIFE SAFETY CIRCUIT. SEE NOTE "HATCHED" NOTE ABOVE. HATCHED AND/OR 'EM' TAG INDICATES FIXTURE ON LIFE SAFETY CIRCUIT. SPECIFY FIXTURE TO BE PROVIDED WITH INTEGRAL OR REMOTE UL924 DEVICE. UPON NORMAL POWER LOSS, FIXTURE TO BE SET TO FULL BRIGHTNESS. SHADED REGION DESIGNATES LIGHT FIXTURE FOR EMERGENCY / LIFE SAFETY OPERATION. SPECIFY FIXTURE TO BE PROVIDED WITH INTEGRAL OR REMOTE UL924 DEVICE. UPON NORMAL POWER LOSS, FIXTURE TO BE SET TO FULL BRIGHTNESS. VS # S3,D S2,D CEILING MOUNTED HORN/STROBE CEILING MOUNTED HORN/STROBE (WEATHERPROOF) CEILING MOUNTED HORN/STROBE (WEATHERPROOF, HIGH CANDELA) HORN HORN (WEATHERPROOF) 1.FURNISH ALL LABOR, MATERIALS, TOOLS, ACCESSORIES, ETC. REQUIRED FOR A COMPLETE WORKING ELECTRICAL SYSTEM. 2.ALL ELECTRICAL WORK SHALL COMPLY WITH ALL APPLICABLE STATE, COUNTY, AND LOCAL CODES AND ORDINANCES, AS WELL AS ALL CURRENT STANDARDS, CODES AND PRACTICES AS REQUIRED BY NEC 2017, NEMA, ANSI, NFPA, UBC, UL, IEEE, AND UTILITY COMPANY STANDARDS. 3.ALL EQUIPMENT, MATERIALS, AND WORK SHOWN ARE NEW UNLESS SPECIFICALLY NOTED AS EXISTING OR NOTED OTHERWISE ON OTHER SHEETS. 4.VERIFY EXACT LOCATION OF ALL RECEPTACLES ABOVE OR ADJACENT TO COUNTERS, FIXTURES, MIRRORS OUTDOOR FIXTURES AND MOUNTING HEIGHTS AND LOCATIONS OF ALL FIXTURES AND BOXES PRIOR TO ROUGH-IN. NO EXTRA COSTS WILL BE ALLOWED FOR FAILURE TO COMPLY. 5.ANY POWER OUTAGE OF ANY CIRCUIT SHALL BE APPROVED BY THE OWNER IN WRITING A MINIMUM OF TWO WEEKS PRIOR TO OUTAGE. ALL OUTAGES SHALL BE DONE EXACTLY WHEN DETERMINED BY THE OWNER AND DONE BEFORE OR AFTER WORKING HOURS AND ON WEEKENDS. NO SINGLE OUTAGE SHALL REQUIRE MORE THAN 4 HOURS. PROVIDE TEMPORARY POWER, HEAT AND COOLING AS REQUIRED DURING OUTAGE. 6.DUE TO THE REQUIREMENTS TO INTERFACE WITH EXISTING FACILITIES AND UTILITIES, IT IS REQUIRED THAT THE CONTRACTOR VISIT THE SITE TO DETERMINE EXISTING CONDITIONS PRIOR TO BID. 7.PRIOR TO PURCHASE OF ANY PANEL, PROTECTIVE DEVICES, SWITCH, STARTER, CONDUIT, WIRE, ETC., TO FEED ANY PIECE OF MECHANICAL EQUIPMENT, VERIFY THE VOLTAGE, PHASE, AND LOAD OF THAT ITEM IN THE FIELD AND/OR WITH THE PARTICULAR ENTITY INVOLVED IN FURNISHING THE ITEM SUCH THAT THE PROPER SIZE & RATING OF THE MATERIALS ARE PURCHASED. NO EXTRAS WILL BE ALLOWED FOR FAILURE TO COMPLY. THIS APPLIES TO ALL EQUIPMENT UNDER OTHER SECTIONS & BY THE OWNER. 8.ALL RECEPTACLES SHALL MATCH THE MALE PLUG CONNECTOR OF ALL EQUIPMENT PROVIDED. VERIFY PRIOR TO PURCHASE. SEE GENERAL NOTE 7. 9.PULL ROPES: PROVIDE 300 POUND PULL WIRE OR NYLON EQUIVALENT IN ALL INTERIOR EMPTY CONDUIT RUNS. PROVIDE 1/4" DIA NYLON PULL ROPE IN EACH EMPTY EXTERIOR CONDUIT OR DUCT. 10.COORDINATE WITH MECHANICAL CONTRACTOR TO AVOID CONFLICTS BETWEEN DUCT WORK, SUPPLY & EXHAUST DIFFUSERS, LIGHTING, SOUND SYSTEMS, AND FIRE ALARM SYSTEM FIXTURES. 11.ELECTRICAL CONTRACTOR SHALL GUARANTEE THE ELECTRICAL WORK TO BE FREE FROM DEFECTS IN MATERIALS AND WORKMANSHIP FOR A PERIOD OF TWO YEARS FROM DATE OF FINAL ACCEPTANCE. 12.VERIFY THE EXACT LOCATION AND ELEVATION OF ALL ELECTRICAL EQUIPMENT PRIOR TO ROUGH-IN. FINAL CONNECTIONS OF EQUIPMENT SHALL BE PER MANUFACTURERS APPROVED WIRING DIAGRAMS, DETAILS, AND INSTRUCTIONS. THE ELECTRICAL CONTRACTOR SHALL PROVIDE MATERIALS AND EQUIPMENT COMPATIBLE WITH EQUIPMENT ACTUALLY SUPPLIED. NOTE: COORDINATE LUMINAIRE LOCATIONS WITH ARCHITECTURAL REFLECTED CEILING PLANS. 13.ORDER AND/OR RELEASE ORDERED MATERIALS PROMPTLY AFTER SUBMITTAL APPROVAL. NO SUBSTITUTIONS OR ALTERNATE METHODS OF INSTALLATION WILL BE ACCEPTED FOR FAILURE TO ORDER MATERIALS IN A TIMELY FASHION. 14.OBTAIN WRITTEN APPROVAL FROM THE ENGINEER OF ALL SHOP DRAWINGS AND MANUFACTURERS DATA FOR PANEL BOARDS, TRANSFORMERS, WIRING DEVICES, ETC. BEFORE RELEASING ORDERED MATERIALS. SUBMITTAL DATA SHALL INDICATE THAT THE CONTRACTOR HAS REVIEWED THE INFORMATION THEREIN AND THAT THE PROPOSED EQUIPMENT WILL MEET THE PHYSICAL CONSTRAINTS AT THE JOB SITE. ANY SUBSTITUTIONS SHALL BE OF THE EQUIVALENT OR BETTER QUALITY THAN THE SPECIFIED COMPONENTS. 15.TYPE MC OR TYPE AC CABLE SHALL ONLY BE USED WITH THE SPECIFIC WRITTEN PERMISSION OF THE PROGRAM/PROJECT MANAGER. ENT TYPE CONDUIT IS NOT ALLOWED. 16.CONDUIT/CONDUCTOR RUNS SHOWN ARE DIAGRAMMATICAL ONLY. THE BEST FINAL CONDUIT ROUTING SHALL BE AS DETERMINED BY THE ELECTRICAL CONTRACTOR AT THE TIME OF CONSTRUCTION. 17.ALL WIRE SHALL BE COPPER. MINIMUM SIZE FOR POWER WIRING SHALL BE #10 AWG. STRANDED UNLESS OTHERWISE NOTED. MINIMUM SIZE FOR CONTROL WIRING SHALL BE #14 AWG. 18.PROVIDE ALL PANEL BOARDS WITH TYPED DIRECTORIES INSTALLED UNDER A CLEAR PLASTIC COVER. SUBMIT DIRECTORY INFORMATION TO THE OWNER FOR APPROVAL PRIOR TO FINALIZATION. 19.SERIES RATING OF UPSTREAM OR DOWNSTREAM CIRCUIT BREAKERS OR FUSES IS PROHIBITED. ONLY FULLY RATED SYSTEM COMPONENTS WILL BE ACCEPTED. 20.PROVIDE ALL TRENCHING, EXCAVATION, BACK FILLING, SHORING, PUMPING, COMP ACTION TEST ETC. THAT ARE REQUIRED FOR THE SCOPE OF ELECTRICAL WORK. 21.ALL PANEL BOARDS, SWITCHES, MOTOR STARTERS, AND SWITCHBOARD CIRCUIT BREAKERS SHALL HAVE ENGRAVED MICARTA NAMEPLATES. 22.ALL CIRCUITS THAT SHARE A NEUTRAL SHALL BE PROVIDED WITH MULTIPOLE BREAKER. 23.PROVIDE CIRCUIT BREAKER LOCK LOCKED IN THE 'ON' POSITION FOR ALL CIRCUITS SERVING EMERGENCY LIGHTING. 24.ALL EMERGENCY FIXTURES SHALL BE ALWAYS ON AS NIGHT LIGHTS AND WIRED TO THE UNSWITCHED HOT LEG OF THE CIRCUIT. 25.ALL ANALOG INSTRUMENTATION WIRING SHALL BE SHIELDED. 26.IN ADDITION TO SURFACE RACEWAY AND/OR FLOOR MOUNTED OUTLET BOXES AND POWER POLES INDICATED ON ELECTRICAL DRAWINGS, THE ELECTRICAL CONTRACTOR SHALL PROVIDE ALL CABLE TRAY AND FLUSH MOUNTED OUTLET BOXES/BACK BOXES AND ASSOCIATED CONDUIT FOR ALL TELECOMMUNICATIONS OUTLETS (INCLUDING PA/MASTER CLOCK/SOUND SYSTEMS, CATV/VIDEO SYSTEMS, AND SECURITY SYSTEMS) ON THIS PROJECT. GENERAL NEW NOTES: Compliance Data The following are the primary codes under which this project is designed and permitted CODE APPLICABLE CODE BOOK AND YEAR BUILDING CODE 2023 FBC (IBC 2021 with Amendments) ELECTRICAL 2020 National Electrical Code ENERGY 2023 FBC (IECC 2021 with Amendments) ACCESSIBILITY 2023 FBC - Chapter 11 FIRE ALARM 2023 FFPC (2021 Edition NFPA 1, 101 with Amendments) 1.MAKE ALL NECESSARY ALTERATIONS, COORDINATE AND CONNECT THE EXISTING ELECTRICAL WORK WITH THE NEW ELECTRICAL WORK. WHEN THE WORK IS COMPLETE, THE ENTIRE ELECTRICAL INSTALLATION, BOTH EXISTING AND NEW, SHALL BE IN COMPLETE OPERATIONAL CONDITION. THE DRAWINGS INDICATE THE WORK THAT IS TO BE IN PLACE AT THE COMPLETION OF THE INSTALLATION. 2.EXCEPT WHERE SPECIFICALLY NOTED OTHERWISE, ALL EXISTING FIXTURES, SWITCHES AND OTHER MATERIALS OR EQUIPMENT THAT IS REPLACED WITH NEW AND IS NOT INDICATED TO BE REUSED SHALL BE TURNED OVER TO THE OWNER OR BE DISPOSED OF AS DIRECTED BY THE OWNER. 3.EXISTING MATERIAL TO REMAIN UPON COMPLETION IS INDICATED ON DRAWINGS AS EXISTING. CONDUIT AND WIRING IS EXISTING TO THEIR RESPECTIVE SOURCE. ALTHOUGH NOT INDICATED ON THE DRAWINGS, THIS MAY REQUIRE TEMPORARY REMOVAL OR RE- ROUTING OF CONDUITS AND REPLACING EXISTING WIRING WITH NEW DURING THE COURSE OF CONSTRUCTION WORK. 4.FURNISH AND INSTALL NEW BLANK PLATES FOR ALL REMOVED OUTLETS, SWITCHES, LIGHT FIXTURES, ETC., WHEN THE OUTLET BOX IS TO REMAIN. 5.REMOVE ALL EXISTING CONDUCTORS AND EXPOSED CONDUITS ABANDONED BACK TO PANEL BOARD. LABEL NEW PANEL DIRECTORY AS "SPARE". 6.MAINTAIN CONTINUITY OF ALL ELECTRICAL SYSTEMS, EQUIPMENT, ETC., REMAINING IN OPERATION WHICH IS BEING FED BY AN ABANDONED OUTLET. MAINTAINING CONTINUITY SHALL CONSIST OF RE-ROUTING OF CONDUIT AND WIRING, AS REQUIRED TO SUIT THE EXISTING CONDITIONS. 7.DASHED J-BOX DENOTES APPROXIMATE LOCATION OF EXISTING BOXES IN ACCESSIBLE CEILING SPACE. ALL CONDUIT SHOWN FROM J-BOX IS NEW UNLESS SHOWN OTHERWISE AS DASHED. 8.EXISTING LOADS SHOWN ON PANEL SCHEDULES ARE BASED ON ASSUMPTIONS MADE BY FIELD VISIT. NOTIFY ENGINEER AT ONCE IF LOADS EXCEED 16 AMPS ON ANY 20 AMP 1 POLE CIRCUIT. GENERAL DEMO NOTES: PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 As indicated 5/30/20258:26:36AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtE000 JN GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT TT IF 040818029 5/30/2025 ELECTRICAL SYMBOLS, ABBREVIATIONS, AND NOTES 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 ELECTRICAL SHEET LIST #SHEET NAME E000 ELECTRICAL SYMBOLS, ABBREVIATIONS, AND NOTES E001 ELECTRICAL SPECIFICATIONS ED101 LEVEL 2 & ROOF - DEMO PLANS E201 LEVEL 1 & 2 - ELECTRICAL PLANS E202 ROOF - ELECTRICAL PLAN E300 ELECTRICAL SINGLE LINE DIAGRAM E400 ELECTRICAL PANEL SCHEDULES 1) ELEC CONTRACTOR SHALL CONFIRM SCCR RATING IS SUFFICIENT TO WITHSTAND AVAILABLE FAULT CURRENT. IF NOT, CONSULT WITH ENGINEER PRIOR TO CONSTRUCTION. NOTES: EF-4 EXHAUST FAN 120 1 1.5 1/10 15A/1P/NEMA 3R MTR RATED SW (2) #12 CU, #12 CU G., 3/4" C. EF-1 EXHAUST FAN 120 1 3.8 1/4 15A/1P/NEMA 3R MTR RATED SW (2) #12 CU, #12 CU G., 3/4" C. OAU-3 OUTDOOR AIR UNIT 480 3 34.6 -BY DIV. 23 (3) #8 CU, #10 CU G., 3/4" C.1 OAU-1 OUTDOOR AIR UNIT 480 3 52 -BY DIV. 23 (3) #6 CU, #8 CU G., 1" C.1 MARK DESCRIPTION VOLTAGE PHASE FLA HP DISCONNECTING MEANS WIRE SIZE NOTES ELECTRICAL - MECHANICAL EQUIPMENT SCHEDULE 74 of 111 117 PART ONE - GENERAL 1.1.THE WORK: ALL WORK SHALL BE NEW UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL PROVIDE THE WORK SHOWN ON THE DRAWINGS AND SPECIFIED FOR ITS INDIVIDUAL SECTIONS OF WORK. THE WORD "WORK" IS DEFINED AS ALL LABOR, TRANSPORTATION, MATERIAL, EQUIPMENT, TOOLS, INSTALLATION, SUPERVISION AND ANY OTHER INCIDENTAL ITEMS OR SERVICES NECESSARY FOR THE PROPER INSTALLATION AND OPERATION OF THE COMPLETE SYSTEMS, WHICH SHALL BE PROVIDED BY THIS CONTRACTOR WHETHER OR NOT SPECIFICALLY INDICATED OR NOTED. 1.2.RESPONSIBILITY: THIS CONTRACTOR IS SOLELY RESPONSIBLE FOR THE ACTIONS OF ITS PERSONNEL, SUPPLIERS, AND SUB-CONTRACTORS. THIS CONTRACTOR SHALL BE RESPONSIBLE FOR THE PERFORMANCE OF ALL WORK AS MAY BE REQUIRED TO ACCOMMODATE OR SUPPORT THE ELECTRICAL WORK. EXAMPLES: PAINTING, STRUCTURAL SUPPORTS, CUTTING AND PATCHING, EXCAVATION AND BACKFILL, CONCRETE PADS, ROOF JACKS, ETC. REQUIRING THIS CONTRACTOR'S ENGAGEMENT OF APPROPRIATE TRADES TO PERFORM SUCH WORK FOR THE PROPER INSTALLATION AND OPERATION OF COMPLETE ELECTRICAL SYSTEMS. 1.3.MINIMUM REQUIREMENTS: THESE SPECIFICATIONS ESTABLISH THE MINIMUM REQUIREMENTS FOR THE WORK AND MATERIALS, EQUIPMENT AND METHODS TO BE PROVIDED. THE DRAWINGS MAY INDICATE REQUIREMENTS WHICH EXCEED THESE MINIMUMS. 1.4.GENERAL CONDITIONS: ALL GENERAL CONDITIONS, SPECIAL REQUIREMENTS OR GENERAL REQUIREMENTS OF THE CONSTRUCTION SPECIFICATIONS ARE MADE PART OF THIS SPECIFICATION AND HAVE THE SAME FORCE AND EFFECT AS IF COMPLETELY REPRODUCED. 1.5.DEFINITIONS: AHJ: AUTHORITY HAVING JURISDICTION. ASSEMBLY: AN INSTALLATION OR SYSTEM OF MULTIPLE COMPONENTS REQUIRING MULTIPLE CONNECTIONS. (EXAMPLES: TRASH COMPACTOR, MOTORIZED DOOR, HVAC SPLIT SYSTEM, ETC.). EQUAL: ACCEPTED BY THE ENGINEER AS EQUAL. FF&E: FURNISHINGS, FIXTURES AND EQUIPMENT - PROVIDED BY OTHERS AT JOBSITE. RECEIVE, PROTECT, STORE, ASSEMBLE, INSTALL AND CONNECT. PROVIDE MINIMUM 5X STRUCTURAL BACKING. (EXAMPLES: CHANDELIERS, PROJECTORS, ETC.). PROVIDE: FURNISH, INSTALL, ACTIVATE, AND COMMISSION. 1.6.CODES: ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE 2020 EDITION OF THE NATIONAL ELECTRICAL CODE (NEC), THE 2023 FLORIDA BUILDING CODE, ENERGY CONSERVATION 8TH EDITION, AND ALL OTHER ADOPTED APPLICABLE FEDERAL, STATE, AND LOCAL REGULATIONS. 1.7.PERMITS: PAY ALL FEES AND OBTAIN ALL PERMITS AND INSPECTIONS REQUIRED FOR THE WORK. 1.8.DRAWINGS: DRAWINGS ARE DIAGRAMMATIC AND SCHEMATIC IN NATURE, AND INDICATE THE TYPE, SIZE, ARRANGEMENT AND LOCATIONS OF MATERIALS AND EQUIPMENT. WORK INCLUDES CERTAIN COMPONENTS, APPURTENANCES, AND RELATED SPECIALTIES THAT MAY NOT BE SHOWN. PROVIDE ALL NECESSARY ITEMS TO COMPLETE THE WORK ACCORDING TO INDUSTRY STANDARDS. IT IS THE INTENT OF THE DRAWINGS AND SPECIFICATIONS TO REQUIRE FINISHED WORK, TESTED AND READY FOR OPERATION. DO NOT SCALE DRAWINGS. ARRANGEMENT OF EQUIPMENT AND ROUTING OF FEEDERS AND BRANCH CIRCUITING SHALL BE PLUMB AND AT RIGHT ANGLES TO BUILDING CONSTRUCTION, AND MAY REQUIRE MODIFICATION DUE TO UNFORESEEN CONDITIONS REQUIRING ONSITE REVISIONS DURING CONSTRUCTION. (SEE ALSO "BIDDING"). 1.9.COORDINATION: THIS PROJECT REQUIRES A HIGH LEVEL OF COORDINATION AND COOPERATION WITH OWNER, ARCHITECT, OTHER TRADES, VENDORS, AND SPECIALTY CONTRACTORS. CAREFULLY EXAMINE ALL CONTRACT DOCUMENTS INCLUDING, BUT NOT LIMITED TO, SHOP DRAWINGS, ETC. FOR ALL GENERAL CONSTRUCTION, STRUCTURAL, MECHANICAL, PLUMBING, ELECTRICAL, AND SPECIALTY CONTRACTOR WORK. PRIOR TO ROUGH-IN, COORDINATE THE WORK WITH ALL OTHER TRADES, TAKING RESPONSIBILITY FOR THE PROPER FITTING OF MATERIAL INTO THE BUILDING AS PLANNED WITHOUT INTERFERENCE WITH OTHER WORK. ESTABLISH AND VERIFY LOCATIONS, HEIGHTS, CONNECTION METHODS, ETC. WITH EQUIPMENT INSTALLER (AND OWNER, ARCHITECT, AND/OR INTERIOR DESIGNER FOR FF&E ITEMS), AND MAKE REASONABLE MODIFICATIONS IN THE LAYOUTS NEEDED TO PREVENT CONFLICTS WITH OTHER TRADES IN ORDER TO PROVIDE ACCESS FOR THE PROPER EXECUTION OF THE WORK. 1.10. IDENTICAL: ALL WORK REQUIRED FOR IDENTICAL ITEMS AND ASSEMBLIES OF THE PROJECT SHALL BE PROVIDED, ALTHOUGH EACH SPECIFIC IDENTICAL ITEM MAY NOT BE SHOWN IN DETAIL. 1.11. VERIFICATION: CHECK AND VERIFY ALL SIZES, DIMENSIONS, AND CONDITIONS BEFORE STARTING ANY WORK. ANY DEVIATION(S) OR PROBLEM(S) SHALL BE TRANSMITTED TO THE ENGINEER FOR REVIEW. 1.12. CONNECTIONS: CONNECT ALL EQUIPMENT, SYSTEMS, AND ASSEMBLIES PROVIDED BY OTHERS INCLUDING CONTROLS, SAFETY DEVICES AND INTERCONNECTIONS. EXCEPTION: DO NOT INTERCONNECT THE CONTROL SYSTEMS OF THOSE MECHANICAL AND PLUMBING SYSTEMS WHICH ARE SPECIFICALLY NOTED TO BE THE RESPONSIBILITY OF THOSE TRADES. PROVIDE FUSIBLE DISCONNECT SWITCHES AND MOTOR STARTERS FOR ALL EQUIPMENT EXCEPT THOSE ITEMS WHICH ARE SPECIFICALLY LISTED WITH INTEGRAL STARTERS/DISCONNECT SWITCHES. WHERE STARTERS AND/OR DISCONNECT SWITCHES ARE FURNISHED TOGETHER WITH EQUIPMENT, RECEIVE, INSTALL, AND CONNECT THOSE ITEMS. 1.13. SUBMITTAL: SUBMIT TO THE ENGINEER COMPLETE ELECTRONIC SETS OF SHOP DRAWINGS AND TECHNICAL DATA SHEETS FOR ALL EQUIPMENT AND MATERIALS SPECIFIED HEREIN. THE ENGINEER SHALL REVIEW SHOP DRAWINGS AND TECHNICAL DATA SHEETS FOR CONFORMANCE WITH THE CONTRACT DOCUMENTS AND ISSUE A WRITTEN ASSESSMENT TO THE OWNER PRIOR TO COMMENCEMENT OF WORK. THE ENGINEER'S FAILURE TO CORRECT ERRORS IN THE SUBMITTAL SHALL NOT RELIEVE THE CONTRACTOR OF THE OBLIGATION TO PERFORM THE WORK AS SHOWN AND/OR SPECIFIED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ENGINEERING FEES NECESSARY TO CHANGE PROJECT DOCUMENTS BASED ON ALTERNATE SUBMITTAL PACKAGES/EQUIPMENT SUBSTITUTIONS. 1.14. OR-EQUAL SUBSTITUTIONS: ALL PROPOSED "OR EQUAL" SUBSTITUTIONS SHALL BE SUBMITTED TO THE ENGINEER FOR CONSIDERATION PRIOR TO BIDDING AND AFTER ALL REQUIREMENTS ASSOCIATED WITH SUBSTITUTED EQUIPMENT AND/OR MATERIALS HAVE BEEN COORDINATED WITH OTHER BUILDING TRADES, INCLUDING ALL MECHANICAL, STRUCTURAL, AND/OR ARCHITECTURAL ELEMENTS. THE OWNER'S REPRESENTATIVE SHALL PRE-APPROVE ANY PROPOSED SUBSTITUTION IN WRITING. IDENTIFY AND ANNOTATE ALL REVISED REQUIREMENTS PER BUILDING TRADE ON THE SHOP DRAWINGS. ALSO IDENTIFY ALL COST DEBITS OR CREDITS IN WRITING FOR THE PROPOSED CHANGES PER BUILDING TRADE AND SUMMARIZE THESE AS A TOTAL NET-TO-OWNER CHARGE OR CREDIT FOR CONSIDERATION. 1.15. AS-BUILT: UPON COMPLETION OF CONSTRUCTION, SUPPLY THE ENGINEER WITH AS-BUILT DOCUMENTS ACCURATELY SHOWING THE MATERIALS AND EQUIPMENT AS INSTALLED. PROVIDE OPERATION AND MAINTENANCE MANUAL(S) CONTAINING APPROVED SHOP DRAWINGS, OPERATING AND MAINTENANCE INSTRUCTION FOR SWITCHGEAR, LIGHTING FIXTURES, CONTROLS, AND SPECIALTY EQUIPMENT. 1.16. GUARANTEE: ALL MATERIALS AND WORKMANSHIP SHALL BE GUARANTEED FOR A MINIMUM OF ONE (1) YEAR FROM DATE OF ACCEPTANCE BY OWNER (LONGER IF REQUIRED BY GENERAL AND/OR SPECIAL CONDITIONS). IN ADDITION, THE INSTALLATION SHALL BE GUARANTEED TO PERFORM AS SPECIFIED AND FULFILL EACH AND EVERY REQUIREMENT OF THE DRAWINGS AND SPECIFICATIONS WHEN OPERATED IN ACCORDANCE WITH THE CONTRACTOR'S INSTRUCTIONS. SHOULD THE INSTALLATION IN ANY WAY FAIL TO DO SO, THE CONTRACTOR WILL, WITHOUT DELAY AND WITHOUT COST TO THE OWNER, PROVIDE WHATEVER ADDITIONAL EQUIPMENT, MATERIAL, AND LABOR REQUIRED TO CORRECT THE DEFICIENCY AND COMPLY WITH THE REQUIREMENTS OF THE DRAWINGS AND SPECIFICATIONS. WHERE SPECIFIED EQUIPMENT HAS A LONGER GUARANTEE PERIOD, THE TERMS OF THAT GUARANTEE SHALL GOVERN (EXAMPLE: LED SYSTEM WITH 5 YEAR GUARANTEE). INCANDESCENT LAMPS ARE EXEMPT BUT SHALL BE NEW AND UNUSED AT THE TIME OF FINAL ACCEPTANCE. 1.18. IECC COMPLIANCE: COMPLY WITH ALL REQUIREMENTS SET FORTH IN THE IECC COMPLIANCE CERTIFICATE INCLUDED IN THESE DOCUMENTS. HIRE A COMMISSIONING AGENT TO COMPLY WITH AND PERFORM ALL ASPECTS OF SECTION C408 OF THE 2023 FLORIDA BUILDING CODE, ENERGY CONSERVATION EIGHTH EDITION. BIDDING 1.19. SITE VISIT: CONTRACT DOCUMENTS INDICATE NEW WORK TO BE PERFORMED AND DO NOT PURPORT TO SHOW ALL EXISTING CONDITIONS. VISIT THE SITE PRIOR TO SUBMITTING A BID TO BECOME FAMILIAR WITH EXISTING CONDITIONS. COMPARE THE WORK SPECIFIED IN THE CONTRACT DOCUMENTS AGAINST EXISTING CONDITIONS, AND IDENTIFY AND ANNOTATE ALL WORK OR CONDITIONS THAT ARE DIFFERENT FROM THE CONTRACT DOCUMENTS OR THEIR INTENT. UPON DISCOVERY, IMMEDIATELY NOTIFY AND REPORT IN WRITING ANY DISCREPANCIES TO THE ENGINEER. NO EXTRAS OR CHANGE ORDERS WILL BE ALLOWED FOR FAILURE TO PERFORM THE PRE-BID SITE VISIT. 1.20. BASIS OF PROPOSAL: PROPOSAL SHALL BE BASED ON MANUFACTURERS AND MODELS AS LISTED UNLESS "OR EQUAL" IS INDICATED. PROVIDE SUBSTITUTION REQUESTS A MINIMUM OF FIVE (5) BUSINESS DAYS PRIOR TO BID DATE CLOSING TO ALLOW TIME FOR DUE CONSIDERATION OF PROPOSED ALTERNATE AND SUBSEQUENT NOTIFICATION TO ALL OTHER BIDDERS IN THE EVENT SUBSTITUTION IS DEEMED ACCEPTABLE. DETERMINATION OF SUBSTITUTION EQUALITY RESTS SOLELY WITH THE ENGINEER. 1.21. VALUE ENGINEERING (V.E.) INITIATIVES: IN ADDITION TO THE "AS SPECIFIED/OR EQUAL" BASE BID, A COST REDUCTION INITIATIVE(S) MAY BE PROPOSED BASED ON SUBSTITUTIONS OF EQUIPMENT, MATERIALS, AND/OR METHODS. EACH SUCH PROPOSAL SHALL INCLUDE A DATA SHEET(S) ON THE SPECIFIED ITEM(S), THE PROPOSED SUBSTITUTE(S), AND THE NET CREDIT TO THE OWNER, INCLUDING ALL CREDITS AND CHARGES FROM ALL MEMBERS OF THE CONSTRUCTION TEAM. THE ENGINEER WILL REVIEW AND RENDER AN OPINION TO THE OWNER. IF THE V.E. INITIATIVE IS DECLINED, PROVIDE THE SPECIFIED EQUIPMENT/MATERIAL/METHOD. IF THE V.E. INITIATIVE IS ACCEPTED, AND IF SUCH ACCEPTANCE RESULTS IN A REQUIREMENT TO REVISE ANY DESIGN DOCUMENTS, THE CHARGES FOR THESE REVISIONS SHALL BE BILLED TO THE CONTRACTOR AND THE INVOICING SHALL BE SETTLED BEFORE THE PROJECT IS SIGNED OFF FOR FINAL ACCEPTANCE. 1.22. BIDDING: THE CIVIL, ARCHITECTURAL, MECHANICAL, DRAWINGS CONTAIN DETAILED DESCRIPTIONS, CIRCUITING, AND CONNECTION REQUIREMENTS WHICH ARE PART OF THIS CONTRACTOR'S RESPONSIBILITIES. DO NOT SUBMIT BIDS ON THIS PROJECT PRIOR TO REVIEWING ALL PROJECT DRAWINGS, SPECIFICATIONS, AND ADDENDA. 1.23. SPECIFICATIONS BOOK: THE SPECIFICATIONS CONTAIN SIGNIFICANT INFORMATION, CONDITIONS, AND PROCEDURES WHICH MAY HAVE A SUBSTANTIAL IMPACT ON THIS CONTRACTOR'S COSTS. DO NOT SUBMIT A BID ON THIS PROJECT UNLESS THE SPECIFICATIONS HAVE BEEN THOROUGHLY REVIEWED. THE GENERAL NOTES CONTAINED HEREIN ARE COMPLIMENTARY TO THE SPECIFICATIONS BOOK, AND IN COMPARISON THE MORE STRINGENT REQUIREMENT(S) SHALL GOVERN. PART TWO - PRODUCTS 2.1.EQUIPMENT STANDARDS: ALL MATERIALS AND EQUIPMENT SHALL BE NEW AND OF THE HIGHEST QUALITY AVAILABLE ("SPECIFICATION GRADE"). EQUIPMENT SHALL BE CONSTRUCTED TO NEMA STANDARDS AND SHALL BE LABELED FOR THEIR INTENDED PURPOSE BY A RECOGNIZED TESTING AGENCY ACCEPTABLE TO THE AHJ (U.L., CSA, ETL, ETC.). 2.2.ACCEPTABLE MANUFACTURERS AND SUPPLIERS: WHERE EQUIPMENT AND MATERIALS ARE NOT SPECIFIED BY NAME THEY ARE DEEMED TO GENERIC, SUBJECT TO THE REQUIREMENTS LISTED HEREIN. THESE MANUFACTURERS ARE CONSIDERED CAPABLE OF OFFERING EQUIVALENT PRODUCTS. MINIMUM STANDARD IN ALL INSTANCES IS COMMERCIAL GRADE: MOLDED CASE CIRCUIT BREAKERS: EATON/CUTLER-HAMMER, GENERAL ELECTRIC, SIEMENS, SQUARE D DISCONNECT SWITCHES: EATON/CUTLER-HAMMER, GENERAL ELECTRIC, SIEMENS, SQUARE D FUSES: EATON BUSSMAN, LITTELFUSE, MERSEN WIRING DEVICES: HUBBELL, LEVITON, LEGRAND, WIREMOLD 2.3.CIRCUITING: ALL WIRING SHALL BE IN CONDUIT, CONCEALED WHERE POSSIBLE EXCEPT WHERE NOTED. EMT WITH STEEL INSULATED THROAT SET SCREW FITTINGS MAY BE USED IN DRY, PROTECTED INTERIOR LOCATIONS. PVC SCHEDULE 40 SHALL BE USED BELOW GRADE AT MINIMUM -24". WRAPPED RIGID ELBOWS AND RISERS SHALL BE USED FOR ALL THROUGH- GRADE TRANSITIONS AND STUB-UPS. RGS OR IMC CONDUIT WITH THREADED FITTINGS SHALL BE USED IN ALL LOCATIONS WHERE EXPOSED TO THE ELEMENTS OR SUBJECT TO PHYSICAL DAMAGE. IMC OR RIGID CONDUIT BELOW GRADE SHALL BE HALF-LAP WRAPPED WITH 20 MIL PVC TAPE. TYPE ENT RACEWAY IS NOT ALLOWED. CONNECT RECESSED AND SUSPENDED LIGHTING FIXTURES, MOTORIZED AND/OR VIBRATING EQUIPMENT WITH STEEL FLEX OR SEALTITE CONDUIT. ALL CONDUIT SHALL HAVE PULL CORD IF OTHERWISE EMPTY. 2.4.MC CABLE: MC CABLE MAY BE USED ONLY WITH SPECIFIC PERMISSION FROM THE ENGINEER. MC CABLE USE SHALL BE LIMITED TO CIRCUITING SOLUTIONS IN TIGHT CONDITIONS WHERE CONDUIT AND WIRE CIRCUITING CANNOT FIT. HOMERUNS AND FEEDERS SHALL BE CONDUIT AND WIRE. 2.5.WIRING: ALL WIRE SHALL BE COPPER UNLESS OTHERWISE NOTED. ALL WIRE SHALL BE STRANDED IN SIZES #8 AWG AND LARGER. SINGLE PHASE BRANCH CIRCUITS SHALL INCLUDE A SEPARATE NEUTRAL WIRE WITH EACH PHASE WIRE. NEUTRAL SHALL BE WHITE WITH COLOR STRIPE MATCHING COLOR OF PHASE WIRE. HOMERUNS TO PANELBOARDS SHALL BE MINIMUM #12 AWG CU IN 3/4" CONDUIT UNLESS OTHERWISE NOTED. 2.6.FUSES AND CIRCUIT BREAKERS: FUSES AND CIRCUIT BREAKERS SHALL BE SIZED PER ACTUAL RESPECTIVE APPLICATION (i.e., MOTOR CIRCUIT PROTECTOR, GROUND FAULT CIRCUIT INTERRUPTER, ARC FAULT CIRCUIT INTERRUPTER, ETC.). FUSES SHALL BE DUAL ELEMENT, CURRENT-LIMITING, AND SHALL BE INTERCHANGEABLE BETWEEN FRAME SIZES WITH STANDARD FACTORY FUSE REDUCERS. PROVIDE LOCKABLE SPARE FUSE CABINET WITH (3) SPARE FUSES OF EACH SIZE USED. 2.7.SAFETY SWITCHES: SWITCHES SHALL BE GENERAL DUTY UP TO 250 VOLTS, HEAVY DUTY ABOVE 250 VOLTS. FUSIBLE SWITCHES SHALL BE FUSED PER THE NAMEPLATE REQUIREMENTS OF THE EQUIPMENT BEING CONNECTED. 2.8.MOTOR STARTERS: STARTERS SHALL BE MINIMUM NEMA SIZE 1 WITH INTEGRAL CONTROL TRANSFORMER, RED NEON "RUN" PILOT LIGHT AND "ON-OFF-AUTO" SELECTOR SWITCH ON COVER. OVERLOAD DEVICES SHALL BE SIZED PER THE NAMEPLATE AMPERAGE OF THE EQUIPMENT BEING CONTROLLED. 2.9.CONTACTORS: CONTACTORS SHALL BE ELECTRICALLY HELD WITH "ON-OFF-AUTO" SELECTOR SWITCH ON COVER. 2.10. RATINGS: ALL ELECTRICAL EQUIPMENT SHALL BE FULLY RATED FOR BRACING IN EXCESS OF THE MAXIMUM AVAILABLE FAULT CURRENT CALCULATED AND SHOWN AT THE EQUIPMENT CONNECTION POINT WITHIN THE DISTRIBUTION SYSTEM. MINIMUM RATING SHALL BE 10K AIC. 2.11. WIRING DEVICES: WIRING DEVICES (SWITCHES, RECEPTACLES, ETC.) SHALL BE SPECIFICATION GRADE "DECORA" STYLE, MINIMUM 20-AMP RATED. COVER PLATES SHALL BE NYLON. DEVICE AND PLATE COLOR(S) SHALL BE AS SPECIFIED BY ARCHITECT OR INTERIOR DESIGNER - VERIFY PRIOR TO COMMENCEMENT OF WORK. WIRING DEVICES EXPOSED TO THE ELEMENTS SHALL HAVE WEATHERPROOF-IN-USE LOCKABLE COVERS. RAISED STEEL BOX COVERS MAY BE USED IN UTILITY AREAS. REFER TO FOOD SERVICE NOTES (IF APPLICABLE TO THIS PROJECT) FOR ADDITIONAL REQUIREMENTS. 2.12. TRANSFORMERS: TRANSFORMERS SHALL BE TYPE TP-1 MINIMUM, WITH ALUMINUM WINDINGS, RATED FOR 150°C RISE (UNLESS OTHERWISE NOTED), MOUNTED ON RUBBER-IN-SHEAR VIBRATION ISOLATORS, CONNECTED WITH FLEXIBLE CONDUIT. PUBLISHED AND MEASURED NOISE RATING SHALL NOT EXCEED NEMA TP-20 MAXIMUM. 2.1..TAMPERPROOF: ALL EQUIPMENT AND CIRCUITING ACCESSIBLE BY THE PUBLIC SHALL BE DEMONSTRATED TO BE TAMPERPROOF IN ACCORDANCE WITH NEC 406.12 AND VANDAL RESISTANT. OPENABLE DEVICES AND EQUIPMENT SHALL BE PAD LOCKABLE. PART THREE - EXECUTION 3.1.GROUNDING: GROUND ALL EQUIPMENT AND SYSTEM NEUTRAL IN ACCORDANCE WITH THE REQUIREMENTS OF NEC ARTICLE 250. PROVIDE CODE-SIZED EQUIPMENT GROUNDING CONDUCTOR IN ALL FEEDERS AND BRANCH CIRCUIT RACEWAYS. WHERE ISOLATED GROUNDS ARE INDICATED, PROVIDE INSULATED CONDUCTOR (GREEN WITH YELLOW STRIPE). 3.2.UTILITY SERVICES: PROVIDE POWER AND COMMUNICATIONS SYSTEM SERVICES IN ACCORDANCE WITH THE REQUIREMENTS OF THE SERVING UTILITIES. CONTRACTOR TO PROVIDE ARC FLASH STUDY AND LABELLING ON ALL NEW EQUIPMENT IN ACCORDANCE WITH NEC. PROVIDE EXCAVATION, RACEWAY, STRUCTURES, GROUNDING, ETC. AS DIRECTED. POWER SERVICES AND DISTRIBUTION SYSTEM AIC RATING SHALL EXCEED MAXIMUM AVAILABLE FAULT CURRENT THROUGH UTILITY SERVICE TRANSFORMER. CONTACT SERVING UTILITIES AND OBTAIN THEIR REQUIREMENTS PRIOR TO BID. (UTILITY SERVICE AND LINE EXTENSION CHARGES PAID BY OTHERS). 3.3.TEMPORARY CONSTRUCTION POWER: PROVIDE TEMPORARY ELECTRICAL POWER DISTRIBUTION AND LIGHTING AS REQUIRED FOR ALL TRADES THAT REQUIRE SERVICE DURING THE COURSE OF THIS PROJECT IN COMPLIANCE WITH ALL NEC AND OSHA REQUIREMENTS. OWNER SHALL NOT BE RESPONSIBLE FOR TEMPORARY POWER CHARGES. 3.4.LOCATIONS: INDICATED LOCATIONS OF ALL OUTLETS AND EQUIPMENT ARE SUBJECT TO CHANGE. SHIFT/RELOCATE/RECONFIGURE ANY OUTLET, EQUIPMENT OR CONNECTION POINT UP TO 10' AS DIRECTED BY ENGINEER AT NO ADDED COST. 3.5.WORKMANSHIP: THE WORK SHALL BE INSTALLED PARALLEL AND AT RIGHT ANGLES TO THE BUILDING LINES, LEVEL AND PLUMB. THE WORK SHALL BE WELL SUPPORTED AND SOLIDLY MOUNTED. DRESS AND TIE WIRING IN PANELBOARDS AND SWITCHGEAR. THE WORK SHALL BE LEFT CLEAN WITH NO DIRT, DENTS, ABRASIONS, PAINT SPLATTERS, OR OTHER IRREGULARITIES. 3.6.FIRE STOPPING: ALL PENETRATED FIRE RATED SURFACES SHALL BE FIRE SEALED WITH APPROVED U.L. LISTED SEALANTS AS LISTED WITHIN ARCHITECTURAL SPECIFICATIONS. DO NOT EXCEED MAXIMUM ALLOWABLE SURFACE PENETRATIONS DEPENDENT ON RATING OF SURFACES. REFER TO ARCHITECTURAL DRAWINGS FOR DETERMINATION OF PENETRATION LOCATIONS THROUGH FIRE RATED ASSEMBLIES. 3.7.SUPPORTS AND HANGERS: PROVIDE 3" HIGH HOUSEKEEPING CONCRETE PAD BENEATH FLOOR MOUNTED EQUIPMENT, EXTENDING 3" BEYOND EQUIPMENT FOOTPRINT. SUPPORT AND ALIGN ALL RACEWAYS, CABINETS, BOXES, BACK BOXES, FIXTURES, AND EQUIPMENT FROM STRUCTURE. SECURE ALL SUPPORTING METHODS BY MEANS OF TOGGLE BOLTS IN HOLLOW MASONRY, EXPANSION BOLTS IN SOLID MASONRY, CONCRETE PRESET INSERTS OR EXPANSION BOLTS IN CONCRETE, MACHINE SCREWS OR BOLTS IN METAL, AND WOOD SCREWS IN WOOD CONSTRUCTION. ALL SUPPORTING SYSTEMS AND COMPONENTS SHALL BE RATED FOR A MINIMUM OF FIVE (5) TIMES THE ACTUAL LOAD. 3.8.SLEEVES AND PENETRATIONS: PENETRATIONS OF ALL SURFACES SHALL BE PROVIDED WITH SLEEVES THAT SHALL BE SEALED WITH LIKE MATERIALS AND SHALL BE FINISHED WITH ESCUTCHEON PLATES. PENETRATIONS BELOW GRADE LEVEL SHALL BE WATERTIGHT. PENETRATIONS AT EXTERIOR WALLS SHALL BE WEATHERPROOF. ROOF PENETRATIONS SHALL BE FLASHED AND COUNTER FLASHED. 3.9.EXPANSION AND CONTRACTION: RACEWAYS PASSING THROUGH BUILDING EXPANSION JOINTS, ON ROOF, AND IN AREAS OF TEMPERATURE VARIATIONS GREATER THAN 30°F SHALL BE INSTALLED WITH EXPANSION FITTINGS. 3.10. IDENTIFICATION: IDENTIFY ALL EQUIPMENT, SWITCHBOARD CIRCUITS AND ELECTRICALLY- CONNECTED EQUIPMENT WITH ENGRAVED NAMEPLATES. BOXES SHALL BE MARKED WITH PANEL AND CIRCUIT NUMBERS (PERMANENT PEN ACCEPTABLE ABOVE CEILING). NAMEPLATES SHALL BE FASTENED WITH A MINIMUM OF TWO (2) SCREWS. PANEL DIRECTORIES SHALL BE TYPED. CONDUCTORS SHALL BE TAGGED WITH CIRCUIT NUMBERS AT SOURCE, JUNCTION BOXES, AND ALL OUTLET BOXES WITH PERMANENT ADHESIVE MARKER STRIP. PANEL DIRECTORIES SHALL BE TYPED. IDENTIFY WIRING DEVICES WITH SELF ADHESIVE CLEAR SATIN FINISH LABELS WITH SOURCE AND CIRCUIT NUMBER. 3.11. ELECTRIC ROOM CODE COMPLIANCE: DUE TO THE DIAGRAMMATIC NATURE OF THE DESIGN DOCUMENTS (ELECTRICAL, MECHANICAL, PLUMBING, FIRE SPRINKLER, ETC.), COORDINATE WITH ALL OTHER SUBCONTRACTORS AT THE START OF THIS PROJECT TO INFORM AND VERIFY THAT NO FOREIGN SYSTEMS OR EQUIPMENT ARE MOUNTED ABOVE ELECTRICAL EQUIPMENT OR PASS THROUGH THE DESIGNATED ELECTRIC ROOMS, AND THAT A MINIMUM OF 7'-0" IS PROVIDED AS CLEAR HEADROOM ALONG ACCESS PATHS TO ELECTRIC ROOMS. ANY REROUTING OR RELOCATION OF SYSTEMS THAT A SUBCONTRACTOR FEELS WILL COMPROMISE THE DESIGN INTENT SHALL BE DESCRIBED IN WRITING AND FORWARDED TO THE DESIGN ENGINEER FOR FURTHER REVIEW. ALL PIPING TO HVAC UNITS THAT COOL ELECTRIC ROOMS SHALL BE LOCATED ABOVE ENTRY DOOR. THE SPRINKLER PIPING TO PROVIDE PROTECTION FOR THE ELECTRIC ROOM IS PREFERRED TO ENTER THE ROOM ABOVE THE ENTRY DOOR AND RUN DOWN THE AISLE SPACES OF THE ROOM. ALL INSTALLATIONS SHALL BE FULLY COORDINATED AMONGST ALL TRADES. 3.12. ELECTRICALLY-OPERATED EQUIPMENT: VERIFICATION AND SUBSTITUTION: FEEDERS AND OVER-CURRENT DEVICES (INCLUDING STARTERS, DISCONNECTS, ETC.) HAVE BEEN DESIGNED BASED ON INFORMATION PROVIDED BY THE RESPONSIBLE CONSULTANT AND/OR DESIGNATED SUPPLIER. PRIOR TO ROUGH-IN, COORDINATE WITH THE APPROPRIATE TRADE AND/OR INSTALLER TO DETERMINE THAT THE ACTUAL NAMEPLATE ELECTRICAL REQUIREMENTS MATCH THIS DESIGN. ALL ADDITIONAL ELECTRICAL COSTS RELATED TO THE CONNECTION OF EQUIPMENT WHICH VARIES FROM THE ORIGINAL SPECIFICATIONS SHALL BE RESOLVED WITHIN THE CONSTRUCTION TEAM AT NO ADDITIONAL COST TO THE OWNER. 3.13. ADDITIONAL SYSTEMS AND EQUIPMENT CONNECTIONS: IN ADDITION TO EQUIPMENT POWER FEEDERS AND CONNECTIONS INDICATED ON THE ELECTRICAL DRAWINGS, PROVIDE 120V CONTROL POWER CONNECTIONS TO SMOKE/FIRE DAMPERS, VAV BOXES, TEMPERATURE CONTROL, FIRE ALARM PANELS, DOOR HOLDING/LATCHING DEVICES, ETC. AS INDICATED IN THE PROJECT DRAWINGS AND SPECIFICATIONS AS WELL AS ALL DESIGN-BUILD SYSTEM DRAWING. MAX NO. PER PROVIDE SMOKE ITEM POWER SOURCE 20A CIRCUIT DETECTORS FIRE/SMOKE DAMPER EMERGENCY 10 YES VAV TERMINAL (NO FAN)NORMAL (VERIFY)10 NO TEMPERATURE CONTROL PANEL EMERGENCY (VERIFY) 1 NO FIRE ALARM PANEL EMERGENCY 1 NO DOOR HOLDING/LATCHING DEVICES EMERGENCY 10 NO 3.14. HOURS OF OPERATION: CONDUCT WORK TO MINIMIZE DISRUPTION OF OWNER'S ONGOING BUSINESS OPERATIONS. PROVIDE BARRICADES, NOISE ABATEMENT, AND DUST CONTAINMENT MEASURES TO ENSURE THE SAFETY AND COMFORT OF PATRONS, STAFF, AND WORKERS. INTERRUPTIONS OF EXISTING POWER, COMMUNICATIONS, AND/OR FIRE ALARM SYSTEMS SHALL BE PERFORMED ONLY AT SUCH TIMES AS DIRECTED BY OWNER OR RESIDENT ENGINEER. OUTAGES SHALL BE MOMENTARY IN NATURE, EACH SUCH OUTAGE (OR OPERATION WHICH MAY POSE RISK OF AN ACCIDENTAL OUTAGE) SHALL BE SCHEDULED A MINIMUM OF FORTY-EIGHT (48) HOURS IN ADVANCE. PART FOUR - SPECIAL SYSTEMS 4.1.THIRD PARTY TESTING: PROVIDE ALL ASSOCIATED COSTS FOR THIRD PARTY TESTING OF ALL EQUIPMENT, CONDUCTORS, GROUND FAULT, GROUND FAULT COORDINATION STUDY WITH REPORT PREPARATION, ETC. AS REQUIRED BY THE NEC, AHJ, AND ALL OTHER GOVERNING AUTHORITIES. ELECTRICAL SPECIFICATIONS PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 12" = 1'-0"5/30/20258:26:36AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtE001 Designer GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT Author Checker 040818029 5/30/2025 ELECTRICAL SPECIFICATIONS 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 75 of 111 118 Kimley»>Horn T GYMNASIUM 100 CHANGING ROOM 101 CHANGING ROOM 102 STAFF BREAKROOM 103 ELEC. 104 TELECOM. 105 STAIR 106 MULTIPURPOSE ROOM 107 STORAGE 108 LOBBY 115 ELEV 112 ELEV. MECH. 110 MEN RESTROOM 111 LOBBY VESTIBULE 114 WOMEN RESTROOM 117 CONTROL DESK 120LOBBY STAIR 118 HALL 122 VENDING 000 ACTIVITY ROOM 123 STORAGE 121 STORAGE 126 STORAGE 125 ARTS & CRAFTS 124 STAIR 127 GYM EQUIP. STOR. 128 E201 3 (E)_RTU-3 T STAIR 201 WELLNES/FITNESS 200 FITNESS OFFICE 200A STORAGE 203 RECREATION ROOM 202 WEST HALL 205LOBBY STAIR 204MECH CHASE 206A MEN RESTROOM 207 VEST. 208 LOBBY 209 ELEV 112 VEST 211 WOMEN REST. 212 MECH CHASE 210 JANITOR 210 EAST HALL 214RECREATION OFFICES 213 COMPUTER/EDUCATION ROOM 216 ELECT. CLOSET 219 STORAGE ROOM 218 STAIR 217 OAU-3 (TYP.) 1 14,16,18 AC 13,15,17 AC 26,28,30 AC T-1 AC H1L1-2 L1-1 FL MDP 2 XFMR T-1 SUSPENDED ABOVE PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 GENERAL NOTES As indicated 5/30/20258:26:38AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtE201 Designer GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT Author Checker 040818029 5/30/2025 LEVEL 1 & 2 - ELECTRICAL PLANS 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 A.REFER TO SHEET E0.01 FOR GENERAL NOTES, SYMBOLS AND ABBREVIATIONS. B.WHERE CONDUIT AND CABLE PENETRATE FIRE RATED FLOORS AND WALLS, PROVIDE U.L. LISTED FIRE STOPPING SYSTEM FOR EACH PENETRATION. GROUP CABLES/CONDUITS TOGETHER TO REDUCE QUANTITY OF PENETRATIONS WHEREVER POSSIBLE. C.EXCEPT FOR ELECTRIC PANEL CLOSET AND MECHANICAL EQUIPMENT ROOMS, ALL CONDUIT/RACEWAYS, CABLES, AND JUNCTION BOXES SHALL BE CONCEALED. DO NOT SURFACE MOUNT ANY CONDUIT/RACEWAY, CABLE, ETC. WITHOUT PRIOR WRITTEN PERMISSION FROM THE ARCHITECT OR OWNER'S REPRESENTATIVES. D.ALL EQUIPMENT SHALL BE NEW AND BEAR THE APPROPRIATE U.L. LISTING OR CLASSIFICATION MARK. THE CONTRACTOR SHALL INSTALL ALL EQUIPMENT IN STRICT ACCORDANCE WITH THE U.L. LISTING OR CLASSIFICATION. E.THE CONTRACTORS' PERFORMANCE INCLUDES FULL COORDINATION WITH ALL ARCHITECTURAL, MECHANICAL, AND PLUMBING DRAWINGS. SUCH COORDINATION SHALL OCCUR PRIOR TO ANY ROUGH-IN AND PRIOR TO PROCUREMENT OF ANY MATERIAL(S). F.ELECTRICAL FIXTURES AND EQUIPMENT LOCATIONS ARE DIAGRAMATIC REPRESENTATIONS AND NOT DIMENSIONED LOCATIONS. REFER TO ARCHITECTURAL PLANS AND ELEVATIONS FOR EXACT LOCATION. G.COORDINATE WITH DOOR HARDWARE SUPPLIER AND FIRE ALARM VENDOR TO INSTALL CONDUIT AND WIRING AS NEEDED FOR A FUNCTIONING, CODE COMPLIANT INSTALLATION. H.LIMIT VOLTAGE DROP TO 3% ON ALL BRANCH CIRCUITS. I.PROVIDE SEPARATE NEUTRAL CONDUCTOR FOR EACH BRANCH CIRCUIT. J.PROVIDE WEATHERPROOF MAINTENANCE RECEPTACLE WITHIN 25' OF HEATING, AIR-CONDITIONING AND REFRIGERATION EQUIPMENT. K.VERIFY EXACT LOCATION OF ALL MECHANICAL AND PLUMBING EQUIPMENT PROVIDED BY OTHER TRADES PRIOR TO ROUGH IN. L.COORDINATE INSTALLATION AND WIRING REQUIREMENTS, INCLUDING EXACT LOCATION OF POINT OF CONNECTION, WITH THE EQUIPMENT SUPPLIER SHOP DRAWINGS PRIOR TO ROUGH IN. M.PROVIDE 3/4" C. FROM EACH EQUIPMENT CONTROL PANEL TO INTERIOR CABLE TRAY OR ACCESSIBLE INTERIOR LOCATION FOR BAS INTEGRATION. N.ALL SMOKE DAMPERS AND/OR SMOKE/FIRE DAMPERS PROVIDED BY OTHERS SHALL BE EQUIPPED WITH A DUCT MOUNTED SMOKE DETECTOR. DUCT MOUNTED SMOKE DETECTORS SHALL BE FURNISHED BY THE ELECTRICAL CONTRACTOR, INSTALLED BY THE HVAC CONTRACTOR AND WIRED BY THE ELECTRICAL CONTRACTOR. CONNECT DUCT MOUNTED SMOKE DETECTOR TO THE FACP FOR SUPERVISORY MONITORING ONLY. PROVIDE 120V POWER TO THE SMOKE DAMPER ACTUATOR MOTOR THROUGH N.C. AUXILIARY CONTACTS IN THE SMOKE DETECTOR HEAD. O.REFER TO MECHANICAL EQUIPMENT CONNECTION SCHEDULE FOR SIZE OF DISCONNECT SWITCHES, FUSES, CONDUITS, AND CONDUCTORS. SIZE FUSES FOR MECHANICAL EQUIPMENT PROVIDED BY OTHERS PER EQUIPMENT MANUFACTURERS' RECOMMENDATIONS. 8'16'4'0 1/8" = 1'-0" LEVEL 01 - ELECTRICAL1 1/8" = 1'-0" LEVEL 02 - ELECTRICAL2 1/2" = 1'-0" ENLARGED PLAN - MAIN ELEC RM3 KEYNOTES 1 REFER TO MECHANICAL EQUIPMENT CONNECTION SCHEDULE ON SHEET E000 FOR ELECTRICAL INFORMATION, DISCONNECT SWITCH RATINGS, CIRCUITING, ETC. ELECTRICAL CONTRACTOR SHALL FIELD VERIFY LOCATION OF FACTORY-MOUNTED DISCONNECT SWITCH PRIOR TO CONSTRUCTION. 2 EXISTING ELECTRICAL EQUIPMENT SHOWN FOR REFERENCE ONLY. ELECTRICAL CONTRACTOR SHALL FIELD VERIFY EXACT LOCATION OF EQUIPMENT PRIOR TO CONSTRUCTION. 76 of 111 119 Kimley»>Horn M MM(E)_EF-5 EF-4 EF-1 (E)_RTU-1 (E)_RTU-2 OAU-1 (TYP.) 1 2 (TYP.) 3 60 L2 1,3,5 AC 38,40,42 AC 2,4,6 AC 56 L2 7,9,11 AC 32,34,36 AC PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 GENERAL NOTES 1/8" = 1'-0"5/30/20258:26:38AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtE202 Designer GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT Author Checker 040818029 5/30/2025 ROOF - ELECTRICAL PLAN 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 A.REFER TO SHEET E0.01 FOR GENERAL NOTES, SYMBOLS AND ABBREVIATIONS. B.WHERE CONDUIT AND CABLE PENETRATE FIRE RATED FLOORS AND WALLS, PROVIDE U.L. LISTED FIRE STOPPING SYSTEM FOR EACH PENETRATION. GROUP CABLES/CONDUITS TOGETHER TO REDUCE QUANTITY OF PENETRATIONS WHEREVER POSSIBLE. C.EXCEPT FOR ELECTRIC PANEL CLOSET AND MECHANICAL EQUIPMENT ROOMS, ALL CONDUIT/RACEWAYS, CABLES, AND JUNCTION BOXES SHALL BE CONCEALED. DO NOT SURFACE MOUNT ANY CONDUIT/RACEWAY, CABLE, ETC. WITHOUT PRIOR WRITTEN PERMISSION FROM THE ARCHITECT OR OWNER'S REPRESENTATIVES. D.ALL EQUIPMENT SHALL BE NEW AND BEAR THE APPROPRIATE U.L. LISTING OR CLASSIFICATION MARK. THE CONTRACTOR SHALL INSTALL ALL EQUIPMENT IN STRICT ACCORDANCE WITH THE U.L. LISTING OR CLASSIFICATION. E.THE CONTRACTORS' PERFORMANCE INCLUDES FULL COORDINATION WITH ALL ARCHITECTURAL, MECHANICAL, AND PLUMBING DRAWINGS. SUCH COORDINATION SHALL OCCUR PRIOR TO ANY ROUGH-IN AND PRIOR TO PROCUREMENT OF ANY MATERIAL(S). F.ELECTRICAL FIXTURES AND EQUIPMENT LOCATIONS ARE DIAGRAMATIC REPRESENTATIONS AND NOT DIMENSIONED LOCATIONS. REFER TO ARCHITECTURAL PLANS AND ELEVATIONS FOR EXACT LOCATION. G.COORDINATE WITH DOOR HARDWARE SUPPLIER AND FIRE ALARM VENDOR TO INSTALL CONDUIT AND WIRING AS NEEDED FOR A FUNCTIONING, CODE COMPLIANT INSTALLATION. H.LIMIT VOLTAGE DROP TO 3% ON ALL BRANCH CIRCUITS. I.PROVIDE SEPARATE NEUTRAL CONDUCTOR FOR EACH BRANCH CIRCUIT. J.PROVIDE WEATHERPROOF MAINTENANCE RECEPTACLE WITHIN 25' OF HEATING, AIR-CONDITIONING AND REFRIGERATION EQUIPMENT. K.VERIFY EXACT LOCATION OF ALL MECHANICAL AND PLUMBING EQUIPMENT PROVIDED BY OTHER TRADES PRIOR TO ROUGH IN. L.COORDINATE INSTALLATION AND WIRING REQUIREMENTS, INCLUDING EXACT LOCATION OF POINT OF CONNECTION, WITH THE EQUIPMENT SUPPLIER SHOP DRAWINGS PRIOR TO ROUGH IN. M.PROVIDE 3/4" C. FROM EACH EQUIPMENT CONTROL PANEL TO INTERIOR CABLE TRAY OR ACCESSIBLE INTERIOR LOCATION FOR BAS INTEGRATION. N.ALL SMOKE DAMPERS AND/OR SMOKE/FIRE DAMPERS PROVIDED BY OTHERS SHALL BE EQUIPPED WITH A DUCT MOUNTED SMOKE DETECTOR. DUCT MOUNTED SMOKE DETECTORS SHALL BE FURNISHED BY THE ELECTRICAL CONTRACTOR, INSTALLED BY THE HVAC CONTRACTOR AND WIRED BY THE ELECTRICAL CONTRACTOR. CONNECT DUCT MOUNTED SMOKE DETECTOR TO THE FACP FOR SUPERVISORY MONITORING ONLY. PROVIDE 120V POWER TO THE SMOKE DAMPER ACTUATOR MOTOR THROUGH N.C. AUXILIARY CONTACTS IN THE SMOKE DETECTOR HEAD. O.REFER TO MECHANICAL EQUIPMENT CONNECTION SCHEDULE FOR SIZE OF DISCONNECT SWITCHES, FUSES, CONDUITS, AND CONDUCTORS. SIZE FUSES FOR MECHANICAL EQUIPMENT PROVIDED BY OTHERS PER EQUIPMENT MANUFACTURERS' RECOMMENDATIONS. 8'16'4'0 1/8" = 1'-0" ROOF PLAN - ELECTRICAL1 KEYNOTES 1 REFER TO MECHANICAL EQUIPMENT CONNECTION SCHEDULE ON SHEET E000 FOR ELECTRICAL INFORMATION, DISCONNECT SWITCH RATINGS, CIRCUITING, ETC. ELECTRICAL CONTRACTOR SHALL FIELD VERIFY LOCATION OF FACTORY-MOUNTED DISCONNECT SWITCH PRIOR TO CONSTRUCTION. 2 A UL96A LISTED LIGHTNING PROTECTION INSTALLER SHALL EXTEND THE EXISTING LIGHTNING PROTECTION SYSTEM TO OAU-1, INCLUDING BUT NOT LIMITED TO AIR TERMINALS, CONDUCTORS, & BONDING CONNECTORS. 3 ELECTRICAL CONTRACTOR SHALL VERIFY THAT ALL ROOFTOP MECHANICAL EQUIPMENT IS WITHIN 25 FEET FROM NEAREST GFI WEATHER-PROOF RECEPTACLE OUTLET PER NEC 210.63. NOTIFY THE ENGINEER IF SUCH DEFICIENCIES EXIST. 77 of 111 120 Kimley»>Horn EX MDP800A MCB 42KAIC SPD EX AC600A MLO EX H1100A MLO EX H2200A MCB EX L2-1400A MCBEX XFMR T-2 75 KVA EX L1-1400A MCBEX XFMR T-1 75 KVA EX L1-2400A MLO EX L2-2400A MLO PAD MOUNT XFMR 500 KVA 480Y/277 V, 3P, 4W MAX. SYMMETRICAL FAULT CURRENT 14,365 AMPS EX. ELEC METER MTD ON STEEL UNISTRUTS ADJACENT TO XFMR M EX FL150A MLO 2ND LEVEL GROUND LEVEL MAIN ELEC RM 2ND LEVEL ELEC RM EX ELEV125 MCB 22KAIC PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 1/8" = 1'-0"5/30/20258:26:38AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtE300 Designer GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT Author Checker 040818029 5/30/2025 ELECTRICAL SINGLE LINE DIAGRAM 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 1/8" = 1'-0" SINGLE LINE DIAGRAM1 78 of 111 121 PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 5/30/20258:26:39AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtE400 Designer GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT Author Checker 040818029 5/30/2025 ELECTRICAL PANEL SCHEDULES 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 1. THERE IS AN OVERALL NET REDUCTION IN DEMAND LOAD FROM THE DEMOLITION AND REPLACEMENT OF MECHANICAL EQUIPMENT. NOTES: PREV. CONNECTED LOAD: 565.9 kVA, PREV. DEMAND LOAD: 405.9 kVA TOTAL EST. DEMAND:432 A TOTAL CONN.:417 A TOTAL EST. DEMAND:358.88 kVA Heating 50.00 kVA 125.00%62.50 kVA TOTAL CONN. LOAD:346.38 kVA HVAC 296.38 kVA 100.00%296.38 kVA LOAD CLASSIFICATION CONNECTED LOAD DEMAND FACTOR EST. DEMAND PANEL TOTALS TOTAL AMPS:417 A 417 A 417 A TOTAL LOAD:115.46 kVA 115.46 kVA 115.46 kVA 41 SPACE --1 --6.67 kVA 42 39 SPACE --1 --6.67 kVA 40 37 SPACE --1 --6.67 kVA 3 30 A EX. RTU-1 DUCT HEATER 38 35 0.00 kVA 5.00 kVA 36 33 0.00 kVA 5.00 kVA 34 31 SPARE 90 A 3 0.00 kVA 5.00 kVA 3 30 A EX. RTU-2 DUCT HEATER 32 29 0.00 kVA 5.00 kVA 30 27 0.00 kVA 5.00 kVA 28 25 SPARE 40 A 3 0.00 kVA 5.00 kVA 3 30 A EX. RTU-3 DUCT HEATER 26 23 0.00 kVA 0.00 kVA 24 21 0.00 kVA 0.00 kVA 22 19 SPARE 40 A 3 0.00 kVA 0.00 kVA 3 20 A SPARE 20 17 29.64 kVA 9.59 kVA 18 15 29.64 kVA 9.59 kVA 16 13 EX. RTU-3 150 A 3 29.64 kVA 9.59 kVA 3 60 A OAU-3 14 11 15.51 kVA 0.00 kVA 12 9 15.51 kVA 0.00 kVA 10 7 EX. RTU-2 70 A 3 15.51 kVA 0.00 kVA 3 70 A SPARE 8 5 29.64 kVA 14.41 kVA 6 3 29.64 kVA 14.41 kVA 4 1 EX. RTU-1 150 A 3 29.64 kVA 14.41 kVA 3 70 A OAU-1 2 CKT CIRCUIT DESCRIPTION TRIP POLES A B C POLES TRIP CIRCUIT DESCRIPTION CKT ENCLOSURE: NEMA 1 MOUNTING: SURFACE WIRES:4 MAINS RATING: 600 A SUPPLY FROM:PHASES: 3 MAINS TYPE: MLO LOCATION: ELEC. 104 VOLTS: 480/277 Wye A.I.C. RATING: 22K BRANCH PANEL:... AC 1. THERE IS AN OVERALL NET REDUCTION IN DEMAND LOAD FROM THE DEMOLITION AND REPLACEMENT OF MECHANICAL EQUIPMENT. NOTES:PREV. CONNECTED LOAD: 62.8 kVA, PREV. DEMAND LOAD: 62.8 kVA TOTAL EST. DEMAND:163 A TOTAL CONN.:131 A TOTAL EST. DEMAND:58.82 kVA Motor 0.61 kVA 118.03%0.72 kVA TOTAL CONN. LOAD:47.09 kVA Existing Load 46.48 kVA 125.00%58.10 kVA LOAD CLASSIFICATION CONNECTED LOAD DEMAND FACTOR EST. DEMAND PANEL TOTALS TOTAL AMPS:94 A 164 A 149 A TOTAL LOAD:11.30 kVA 18.77 kVA 17.02 kVA 83 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 84 81 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 82 79 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 80 77 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 78 75 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 76 73 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 74 71 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 72 69 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 70 67 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 68 65 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 66 63 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 64 61 Spare 20 A 1 0.00 kVA 0.00 kVA 1 20 A Spare 62 59 EX HAND DRYER 20 A 1 0.65 kVA 0.44 kVA 1 20 A EF-1 60 57 EX HAND DRYER 20 A 1 0.65 kVA 0.50 kVA 1 20 A EX MOTORIZED DAMPERS 58 55 EX MAINTENANCE GFI 20 A 1 0.90 kVA 0.17 kVA 1 20 A EF-4 56 53 1.00 kVA 1.18 kVA 1 20 A EX EF-5 54 51 EX SEATED BIKE 20 A 2 1.00 kVA 0.70 kVA 1 20 A EX EF-3 52 49 0.00 kVA 1.00 kVA 50 47 EX SEATED BIKE 20 A 2 0.00 kVA 1.00 kVA 2 20 A EX UPRIGHT BIKE 48 45 1.00 kVA 1.00 kVA 46 43 EX TREADMILLS 20 A 2 1.00 kVA 1.00 kVA 2 20 A EX UPRIGHT BIKE 44 41 1.00 kVA 0.00 kVA 1 20 A Spare 42 39 EX CLIMBER PWR 20 A 2 1.00 kVA 1.00 kVA 40 37 Spare 20 A 1 0.00 kVA 1.00 kVA 2 20 A EX TREADMILLS 38 35 Spare 20 A 1 0.00 kVA 1.00 kVA 36 33 EX ELEC WATER COOLER 20 A 1 0.55 kVA 1.00 kVA 2 20 A EX CLIMBER PWR 34 31 EX ELEC WATER COOLER 20 A 1 0.55 kVA 1.00 kVA 32 29 EX RCPT 20 A 1 1.50 kVA 1.00 kVA 2 20 A EX CLIMBER PWR 30 27 EX RCPT 20 A 1 0.90 kVA 1.08 kVA 1 20 A EX RCPT 28 25 EX RCPT 20 A 1 0.54 kVA 0.54 kVA 1 20 A EX RCPT 26 23 4.00 kVA 0.36 kVA 1 20 A EX RCPT 24 21 EX ELEC WATER HEATER 20 A 2 4.00 kVA 0.72 kVA 1 20 A EX RCPT 22 19 EX RCPT 20 A 1 0.36 kVA 0.18 kVA 1 20 A EX RCPT 20 17 EX RCPT 20 A 1 0.36 kVA 0.65 kVA 1 20 A EX HAND DRYER 18 15 EX HAND DRYER 20 A 1 0.65 kVA 0.36 kVA 1 20 A EX RCPT 16 13 EX RCPT 20 A 1 0.72 kVA 0.18 kVA 1 20 A EX RCPT 14 11 EX RCPT 20 A 1 0.72 kVA 0.72 kVA 1 20 A EX RCPT 12 9 EX PROJECTION SCREEN 20 A 1 0.50 kVA 0.72 kVA 1 20 A EX RCPT 10 7 EX RCPT 20 A 1 0.72 kVA 0.36 kVA 1 20 A EX RCPT 8 5 EX RCPT 20 A 1 0.72 kVA 0.72 kVA 1 20 A EX RCPT 6 3 EX RCPT 20 A 1 0.72 kVA 0.72 kVA 1 20 A EX RCPT 4 1 EX RCPT 20 A 1 0.36 kVA 0.72 kVA 1 20 A EX RCPT 2 CKT CIRCUIT DESCRIPTION TRIP POLES A B C POLES TRIP CIRCUIT DESCRIPTION CKT ENCLOSURE: Type 1 MCB RATING: 300 A MOUNTING: Surface WIRES:4 MAINS RATING: 400 A SUPPLY FROM:PHASES: 3 MAINS TYPE: MCB LOCATION: ELECT. CLOSET 219 VOLTS: 120/208 Wye A.I.C. RATING: 10K BRANCH PANEL:... L2 New Load Total:223.47 185.33 Added :91.93 72.66 Removed :-356.69 -293.23 Existing Load 488.22 405.90 As Built Drawings Amps KVA Total Added 91.93 72.66 EF-4 1.50 0.18 EF-1 3.80 0.46 OAU-3 34.63 28.79 OAU-1 52.00 43.23 Added Equipment Amps KVA Total Removed 356.69 293.23 EF-4 5.98 1.66 EF-1 3.40 2.83 OAU-3 Duct Heater 30.07 25.00 OAU-2 Duct Heater 30.07 25.00 OAU-1 Duct Heater 72.17 60.00 OAU-3 46.00 38.24 OAU-2 53.00 44.06 OAU-1 116.00 96.44 Removed Equipment Amps KVA Load Summary 480V-3Ø 79 of 111 122 Kimley»>Horn (E)_OAU-3 (E)_RTU-3 1 (E)_EDH-25KW (E)_OAU-2 (E)_RTU-2 (E)_EF-4 (E)_OAU-1 (E)_EF-1 (E)_EF-5 1 1 1 1 PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 GENERAL NOTES 1/8" = 1'-0"5/30/20258:26:40AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtED101 Designer GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT Author Checker 040818029 5/30/2025 LEVEL 2 & ROOF - DEMO PLANS 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 1/8" = 1'-0" LEVEL 02 - ELECTRICAL DEMO1 1/8" = 1'-0" ROOF PLAN - ELECTRICAL DEMO2 KEYNOTES 1 ELECTRICAL CONTRACTOR SHALL DEMOLISH EXISTING DISCONNECT SWITCH, FEEDER CABLES AND RACEWAYS SERVING MECHANICAL EQUIPMENT DESIGNATED TO BE DEMOLISHED. CAP ANY AND ALL CONDUIT ROOF PENETRATIONS AND PROVIDE MIN 250# MULE TAPE OR EQUIVALENT FOR FUTURE REUSE. A.REFER TO SHEET E0.01 FOR GENERAL NOTES, SYMBOLS AND ABBREVIATIONS. B.WHERE CONDUIT AND CABLE PENETRATE FIRE RATED FLOORS AND WALLS, PROVIDE U.L. LISTED FIRE STOPPING SYSTEM FOR EACH PENETRATION. GROUP CABLES/CONDUITS TOGETHER TO REDUCE QUANTITY OF PENETRATIONS WHEREVER POSSIBLE. C.EXCEPT FOR ELECTRIC PANEL CLOSET AND MECHANICAL EQUIPMENT ROOMS, ALL CONDUIT/RACEWAYS, CABLES, AND JUNCTION BOXES SHALL BE CONCEALED. DO NOT SURFACE MOUNT ANY CONDUIT/RACEWAY, CABLE, ETC. WITHOUT PRIOR WRITTEN PERMISSION FROM THE ARCHITECT OR OWNER'S REPRESENTATIVES. D.ALL EQUIPMENT SHALL BE NEW AND BEAR THE APPROPRIATE U.L. LISTING OR CLASSIFICATION MARK. THE CONTRACTOR SHALL INSTALL ALL EQUIPMENT IN STRICT ACCORDANCE WITH THE U.L. LISTING OR CLASSIFICATION. E.THE CONTRACTORS' PERFORMANCE INCLUDES FULL COORDINATION WITH ALL ARCHITECTURAL, MECHANICAL, AND PLUMBING DRAWINGS. SUCH COORDINATION SHALL OCCUR PRIOR TO ANY ROUGH-IN AND PRIOR TO PROCUREMENT OF ANY MATERIAL(S). F.ELECTRICAL FIXTURES AND EQUIPMENT LOCATIONS ARE DIAGRAMATIC REPRESENTATIONS AND NOT DIMENSIONED LOCATIONS. REFER TO ARCHITECTURAL PLANS AND ELEVATIONS FOR EXACT LOCATION. G.COORDINATE WITH DOOR HARDWARE SUPPLIER AND FIRE ALARM VENDOR TO INSTALL CONDUIT AND WIRING AS NEEDED FOR A FUNCTIONING, CODE COMPLIANT INSTALLATION. H.LIMIT VOLTAGE DROP TO 3% ON ALL BRANCH CIRCUITS. I.PROVIDE SEPARATE NEUTRAL CONDUCTOR FOR EACH BRANCH CIRCUIT. J.PROVIDE WEATHERPROOF MAINTENANCE RECEPTACLE WITHIN 25' OF HEATING, AIR-CONDITIONING AND REFRIGERATION EQUIPMENT. K.VERIFY EXACT LOCATION OF ALL MECHANICAL AND PLUMBING EQUIPMENT PROVIDED BY OTHER TRADES PRIOR TO ROUGH IN. L.COORDINATE INSTALLATION AND WIRING REQUIREMENTS, INCLUDING EXACT LOCATION OF POINT OF CONNECTION, WITH THE EQUIPMENT SUPPLIER SHOP DRAWINGS PRIOR TO ROUGH IN. M.PROVIDE 3/4" C. FROM EACH EQUIPMENT CONTROL PANEL TO INTERIOR CABLE TRAY OR ACCESSIBLE INTERIOR LOCATION FOR BAS INTEGRATION. N.ALL SMOKE DAMPERS AND/OR SMOKE/FIRE DAMPERS PROVIDED BY OTHERS SHALL BE EQUIPPED WITH A DUCT MOUNTED SMOKE DETECTOR. DUCT MOUNTED SMOKE DETECTORS SHALL BE FURNISHED BY THE ELECTRICAL CONTRACTOR, INSTALLED BY THE HVAC CONTRACTOR AND WIRED BY THE ELECTRICAL CONTRACTOR. CONNECT DUCT MOUNTED SMOKE DETECTOR TO THE FACP FOR SUPERVISORY MONITORING ONLY. PROVIDE 120V POWER TO THE SMOKE DAMPER ACTUATOR MOTOR THROUGH N.C. AUXILIARY CONTACTS IN THE SMOKE DETECTOR HEAD. O.REFER TO MECHANICAL EQUIPMENT CONNECTION SCHEDULE FOR SIZE OF DISCONNECT SWITCHES, FUSES, CONDUITS, AND CONDUCTORS. SIZE FUSES FOR MECHANICAL EQUIPMENT PROVIDED BY OTHERS PER EQUIPMENT MANUFACTURERS' RECOMMENDATIONS. 80 of 111 123 Kimley»>Horn MECHANICAL SYMBOLS AND LEGEND - AIR SIDE SUPPLY AIR CEILING DIFFUSER, NECK SIZE AND AIR QUANTITY ABBREVIATION DESCRIPTIONSYMBOL FD RECTANGULAR DUCT SIZE, FIRST DIMENSION IS SIDE SHOWN MVD SA MD MOTORIZED DAMPER MECHANICAL SYMBOLS AND LEGEND - WATER SIDE ABBREVIATION DESCRIPTIONSYMBOL SOME SYMBOLS AND ABBREVIATIONS SHOWN ON THIS LEGEND MAY NOT PERTAIN TO THIS PROJECT MECHANICAL ABBREVIATIONS ABBREVIATION DESCRIPTION AABC AMERICAN AIR BALANCE COUNCIL ADA AMERICANS WITH DISABILITIES ACT AFF ABOVE FINISHED FLOOR AFG ABOVE FINISHED GRADE AHJ AUTHORITY HAVING JURISDICTION AHU AIR HANDLING UNIT AFMS AIRFLOW MONITORING STATION APD AIR PRESSURE DROP BAS BUILDING AUTOMATION SYSTEM BFF BELOW FINISHED FLOOR BFG BELOW FINISHED GRADE BHP BRAKE HORSE POWER BMS BUILDING MANAGEMENT SYSTEM BTU/H BRITISH THERMAL UNIT PER HOUR CFM CUBIC FEET PER MINUTE COP COEFFICIENT OF PERFORMANCE CU CONDENSING UNIT CV CONSTANT AIR VOLUME (D)DEMOLISHED DB DRY BULB TEMPERATURE DDC DIRECT DIGITAL CONTROLS DIA DIAMETER DL DOOR LOUVER DN DOWN DOAS DEDICATED OUTSIDE AIR HANDLING UNIT (E)EXISTING EA EXHAUST AIR EAT ENTERING AIR TEMPERATURE EF EXHAUST FAN EFF EFFICIENCY ESP EXTERNAL STATIC PRESSURE °F DEGREES FAHRENHEIT FA FROM ABOVE FB FROM BELOW FCU FAN COIL UNIT FLA FULL LOAD AMPS FPM FEET PER MINUTE HP HORSEPOWER HSPF HEATING SEASONAL PERFORMANCE FACTOR HVLS HIGH VOLUME LOW SPEED KW KILOWATT LAT LEAVING AIR TEMPERATURE LBS POUNDS MAX MAXIMUM MBH ONE THOUSAND BTUH MCA MINIMUM CIRCUIT AMPS MIN MINIMUM MOCP MAXIMUM OVER CURRENT PROTECTION N/A NOT APPLICABLE N/C NORMALLY CLOSED N/O NORMALLY OPEN NEC NATIONAL ELECTRIC CODE NFPA NATIONAL FIRE PROTECTION ASSOCIATION NIS NOT IN SCOPE NTS NOT TO SCALE OA OUTSIDE AIR OFCI OWNER FURNISHED, CONTRACTOR INSTALLED PD PRESSURE DROP PSI POUNDS PER SQUARE INCH RA RETURN AIR RH RELATIVE HUMIDITY RHC REHEAT COIL RPM REVOLUTIONS PER MINUTE RTU ROOF TOP AIR HANDLING UNIT SA SUPPLY AIR SEER SEASONAL ENERGY EFFICIENCY RATIO SP STATIC PRESSURE SS STAINLESS STEEL TDH TOTAL DYNAMIC HEAD TFA TO FLOOR ABOVE TFB TO FLOOR BELOW TSP TOTAL STATIC PRESSURE TYP TYPICAL UC UNDER CUT UL UNDERWRITERS LABORATORIES, INC. VAV VARIABLE AIR VOLUME VFD VARIABLE FREQUENCY DRIVE WB WET BULB TEMPERATURE THERMOSTAT BD SD BACKDRAFT DAMPER DUCT MOUNTED SMOKE DETECTOR TEMPERATURE CONTROL PANELTCP MECHANICAL ANNOTATIONS ABBREVIATION DESCRIPTIONSYMBOL SHEET NOTES AP ACCESS PANEL DETAIL REFERENCE CALLOUT: TOP-DETAIL NUMBER, BOTTOM- DRAWING NUMBER SHOWN ON SECTION VIEW CALLOUT: TOP-DETAIL NUMBER, BOTTOM- DRAWING NUMBER SHOWN ON CONNECT TO EXISTINGPOC 1 M6.1 T TSTAT CARBON DIOXIDE SENSOR TEMPERATURE SENSORTS DIFFERENTIAL PRESSURE SENSORDP HUMIDISTATHSTAT HUMIDITY SENSORHS STATIC PRESSURE SENSORSP DEMOLISH TO POINT INDICATED SHEET KEY NOTES? MECHANICAL EQUIPMENT TAGS DIFFUSER / GRILLE / REGISTER TAG CD-1 12"Ø / 500 (TYPE) (NECK SIZE) / (CFM) EXAMPLE:DESCRIPTION: AHU TAG AHU-1 AHU - (UNIT NUMBER)EXAMPLE:DESCRIPTION: VAV BOX TAG VAV-1-1 VAV - (AHU NUMBER) - (VAV BOX NUMBER)EXAMPLE:DESCRIPTION: MECHANICAL GENERAL NOTES 1.THE INFORMATION INDICATED WITHIN THE DRAWINGS AS EXISTING WAS TAKEN FROM CLIENT PROVIDED INFORMATION SUCH AS AS-BUILT DRAWINGS, SITE PHOTOS, OR OBSERVED BY THE DESIGN TEAM DURING SITE VISITS. THE ACCURACY OF THE DRAWING IS NOT GUARANTEED BUT ONLY FOR INDICATING, TO THE BEST OF OUR KNOWLEDGE, THE EXISTING SYSTEMS. IT IS THE CONTRACTOR’S RESPONSIBILITY TO VISIT THE SITE AND FIELD VERIFY SYSTEMS SHOWN ON THE DRAWINGS. IT WILL BE THE CONTRACTOR'S RESPONSIBILITY TO MAKE ADJUSTMENTS TO THE DRAWING INFORMATION AS REQUIRED TO MATCH EXISTING FIELD CONDITIONS. 2.THE CONTRACTOR SHALL INSTALL NEW SYSTEMS AROUND EXISTING OBSTACLES SUCH AS BUT NOT LIMITED TO DOMESTIC WATER PIPING, WASTE AND VENT PIPING, FIRE SPRINKLER PIPING, GAS PIPING, DUCTING, AND EXISTING HVAC EQUIPMENT. RELOCATION OF EXISTING SYSTEMS MAY BE REQUIRED IF IN CONFLICT WITH NEW SYSTEMS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO COORDINATE ANY RELOCATIONS WITH THE APPROPRIATE SUBCONTRACTOR. 3.MECHANICAL WORK SHALL CONFORM WITH THE LATEST ADOPTED LOCAL CODES, ORDINANCES, AND DESIGN REQUIREMENTS UNLESS OTHERWISE APPROVED BY THE AUTHORITY HAVING JURISDICTION (AHJ), INCLUDING 2023 FLORIDA MECHANICAL CODE, 2023 FLORIDA BUILDING CODE, 2023 FLORIDA PLUMBING CODE, AND 2023 FLORIDA ENERGY CONSERVATION CODE. 4.CONTRACTOR SHALL COORDINATE WITH STRUCTURAL REQUIREMENTS BEFORE DRILLING OR CUTTING ANY CMU WALLS, CEILING JOISTS OR STRUCTURAL ELEMENTS. 5.CONTRACTOR TO PROVIDE ALL REQUIRED LABOR, MATERIALS, EQUIPMENT, AND INSURANCES TO COMPLETE THE DESIGN PER THE INTENT OF THE DRAWINGS AND SPECIFICATIONS TO THE SATISFACTION OF THE ENGINEER/ARCHITECT. 6.CONTRACTOR TO PROVIDE ALL REQUIRED PERMITS AND FEES TO COMPLETE THE PROJECT. 7.THESE DRAWINGS SHALL BE READ IN CONJUNCTION WITH DRAWINGS PROVIDED BY OTHER DISCIPLINES. CONSTRUCTION CONFLICTS ARE TO BE BROUGHT TO THE ATTENTION OF THE ENGINEER/ARCHITECT. 8.DUE TO THE SMALL SCALE OF THE DRAWINGS, IT IS NOT FEASIBLE TO SHOW ALL REQUIRED OFFSETS, ELEVATIONS, ETC., IT IS THEREFORE THE CONTRACTORS RESPONSIBILITY TO VERIFY THE REQUIRED ROUTING, ELEVATION, AND PLACEMENT OF EQUIPMENT AND PROVIDE REQUIRED OFFSETS INSTALLED IN ACCORDANCE WITH SMACNA STANDARDS AND THE SPECIFICATIONS TO MEET THE INTENT OF THE DESIGN. ALL DIMENSIONS AND MEASUREMENTS SHALL BE VERIFIED ONSITE BEFORE FABRICATION AND/OR INSTALLATION OF THE EQUIPMENT. 9.ALL INFORMATION SHOWN ON SCHEDULES ARE BASED ON AVAILABLE PRODUCT INFORMATION AT THE TIME OF DESIGN. 10.THE CONTRACTOR SHALL KEEP INSTALLATION INSTRUCTIONS FOR ALL LISTED EQUIPMENT ON THIS PROJECT AT THE JOBSITE AND SHALL HAVE THEM ACCESSIBLE FOR THE FIELD INSPECTOR UPON REQUEST. 11.PROVIDED DRAWINGS BY THE ENGINEER DOES NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY TO PROVIDE AN INSTALLATION SUITABLE IN DIMENSION, CONSTRUCTION, FUNCTION AND FINISH FOR THE PURPOSE INTENDED. 12.ANY DISCREPANCIES DURING BID SHALL BE BROUGHT TO THE ATTENTION OF THE ENGINEER/ARCHITECT AND RESOLVED PRIOR TO FINALIZATION OF THE CONSTRUCTION CONTRACT. 13.THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE COORDINATION OF ALL TRADE. 14.EXACT LOCATION OF ACCESS PANELS SHALL BE COORDINATED WITH FINAL PLACEMENT OF ALL VALVES, DAMPERS, AND ANY OTHER COMPONENT IDENTIFIED ON THE DRAWINGS. 15.THE FABRICATION AND INSTALLATION OF ALL SHEET METAL DUCTWORK SHALL COMPLY WITH SMACNA DUCT CONSTRUCTION STANDARDS, NFPA 90A AND 90B AS DETAILED ON THE DRAWINGS AND PER LOCAL CODES. 16.DUCT ACCESS PANELS SHALL BE PROVIDED FOR ALL FIRE, SMOKE, FIRE/SMOKE AND MOTORIZED DAMPERS. 17.ALL DUCT SIZES ARE CLEAR INSIDE DIMENSIONS. 18.FLEXIBLE DUCTS ARE LIMITED TO 6'-0" LENGTH. 19.FINISH AND COLOR OF EXTERNAL SURFACES FOR EXPOSED UNITS, DUCTWORK, OR PIPING SHALL BE APPROVED BY THE ARCHITECT. 20.CONTRACTOR SHALL PERFORM TESTING AND ADJUSTING AS REQUIRED FOR ALL EQUIPMENT AND/OR SYSTEMS WITHIN THIS SCOPE OF WORK PER THE SPECIFICATIONS. 1 M6.1 REVISION TAG1 SUPPLY AIR SIDEWALL DIFFUSER, NECK SIZE AND AIR QUANTITY RETURN AIR CEILING GRILL, NECK SIZE AND AIR QUANTITY EXHAUST AIR CEILING GRILL, NECK SIZE AND AIR QUANTITY FIRE DAMPER ROUND FLEX DUCT SD SMOKE DAMPER FSD COMBINATION FIRE/SMOKE DAMPER 14"x8" OVAL DUCT SIZE, FIRST DIMENSION IS SIDE SHOWN14"/8" ROUND DUCT SIZE14"Ø MANUAL VOLUME/BALANCING DAMPER FSD DUCT WITH INTERNAL INSULATION SQUARE TO ROUND DUCT TRANSITION MITERED ELBOW WITH TURNING VANES SUPPLY AIR DUCT UP/DOWN RA RETURN AIR DUCT UP/DOWN EA EXHAUST AIR DUCT UP/DOWN SD FD CD-1 50 CFM RG-1 50 CFM EG-1 50 CFM WD-1 50 CFM VAV BOX WITH ELECTRIC HEATING COIL VAV BOX WITH HOT WATER COIL VAV BOX WITH NO HEATING COIL VAV EXISTING DUCT(E)18"x8"(E) AIRFLOW DOOR UNDERCUTUC100 MD AFMS AIRFLOW MONITORING STATION AFMS H CO2 CHILLED WATER RETURN PIPINGCHWRCHWR CONDENSATECDCD EXISTING DUCT TO BE REMOVED PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 1/8" = 1'-0"5/30/20258:26:43AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM000 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL SYMBOLS, ABBREVIATIONS, AND NOTES 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 MECHANICAL SHEET LIST SHEET #SHEET NAME M000 MECHANICAL SYMBOLS, ABBREVIATIONS, AND NOTES M001 MECHANICAL SPECIFICATIONS M100 MECHANICAL DUCTWORK DEMO FLOOR PLANS M101 MECHANICAL DUCTWORK DEMO ROOF PLAN M102 MECHANICAL DUCTWORK NEW FLOOR PLANS M103 MECHANICAL DUCTWORK NEW ROOF PLAN M200 MECHANICAL DETAILS M300 MECHANICAL CONTROLS M301 MECHANICAL CONTROLS M302 MECHANICAL CONTROLS M400 MECHANICAL SCHEDULE 81 of 111 124 Kimley»>Horn A. GENERAL 1.THE INFORMATION INDICATED ON THESE DRAWINGS AS EXISTING IS BASED UPON INFORMATION TAKEN FROM AS-BUILT DRAWINGS, FIELD INVESTIGATION, AND INFORMATION OBTAINED FROM SUBMITTAL DATA, ETC. THE PLANS DO NOT GUARANTEE ACCURACY BUT ARE ONLY AN INDICATION OF EXISTING CONDITIONS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO FIELD VERIFY EXACT CONDITIONS SUCH AS EQUIPMENT PLACEMENT, DUCTWORK (SIZE, ROUTING, AND ELEVATION), PIPING (SIZE, ROUTING, AND ELEVATION), ETC. THE DRAWINGS ARE INTENDED TO PROVIDE THE CONTRACTOR AN INDICATION OF THE SYSTEM INSTALLED IN THE FACILITY TO DATE. IT WILL BE THE CONTRACTOR'S RESPONSIBILITY TO MAKE ADJUSTMENTS TO THE DRAWING INFORMATION AS REQUIRED TO MATCH EXISTING FIELD CONDITIONS. 2. THE CONTRACTOR SHALL INSTALL THE NEW EQUIPMENT, DUCTWORK, AND PIPING AROUND ALL EXISTING OBSTACLES INCLUDING: ELECTRICAL CONDUIT, DOMESTIC WATER PIPING, WASTE AND VENT PIPING, ACID WASTE AND VENT PIPING, CHILLED AND HEATING WATER PIPING, AND FIRE SPRINKLER PIPING. PROVIDE OFFSETS TO AVOID RELOCATION OF OTHER UTILITIES. RELOCATE UTILITIES IF THEY ARE IN CONFLICT WITH THE MECHANICAL SYSTEM INSTALLATION, CAUSE DEVIATIONS IN THE DESIGN INTENT, UNSATISFACTORY OPERATION, NOISY CONDITIONS, OR INTERFERE WITH MAINTENANCE. IT IS THE MECHANICAL CONTRACTOR'S RESPONSIBILITY TO COORDINATE ANY UTILITY RELOCATION WITH THE APPROPRIATE SUBCONTRACTOR. 3. PROVIDE ALL NECESSARY LABOR, MATERIALS, EQUIPMENT, SERVICES AND INSURANCES TO COMPLETE THE HEATING, VENTILATING AND AIR CONDITIONING WORK WITHIN THE FULL INTENT OF THE DRAWINGS AND SPECIFICATIONS CONTAINED HEREON AND TO THE ENTIRE SATISFACTION OF THE ARCHITECT/ENGINEER. 4. PROVIDE ALL PERMITS AND FEES AS REQUIRED FOR THE MECHANICAL WORK. 5. CONTRACTOR SHALL VISIT THE SITE AND BECOME FAMILIAR WITH THE PROJECT BEFORE BIDDING. 6. ALL WORK SHALL BE IN ACCORDANCE WITH THE 2023 FLORIDA BUILDING CODE (FBC) 8TH EDITION, 2023 FLORIDA ENERGY CONSERVATION CODE (FECC), 2023 FLORIDA MECHANICAL CODE (FMC), 2023 FLORIDA PLUMBING CODE (FPC), 2017 NATIONAL ELECTRICAL CODE (NEC), NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) STANDARDS, AND ALL OTHER APPLICABLE CODES, RULES, AND LOCAL REQUIREMENTS. 7. GUARANTEE ALL WORK AND MATERIALS FOR A PERIOD OF ONE YEAR. 8. ALL DIMENSIONS AND MEASUREMENTS SHALL BE VERIFIED AT THE JOBSITE BEFORE FABRICATION AND/OR INSTALLATION OF THE EQUIPMENT. 9. PROVIDE AND INSTALL ALL EQUIPMENT, DUCT, PIPING, AND CONTROLS AS SHOWN ON THE DRAWINGS. B. SUBMITTALS 1. PROVIDE ELECTRONIC SUBMITTALS IN ADOBE PDF FORMATOF MANUFACTURER'S DATA SHEETS FOR ALL MATERIALS AND EQUIPMENT FOR APPROVAL OF THE ARCHITECT/ENGINEER PRIOR TO PURCHASE AND INSTALLATION. INCOMPLETE SUBMITTALS WILL NOT BE REVIEWED. 2. SUBSTITUTED ITEMS SHALL BE SUBMITTED WITH MANUFACTURER'S DESCRIPTIVE DATA AND MUST SHOW EQUALITY TO EQUIPMENT SPECIFIED. INFORMATION ON SUBSTITUTED ITEMS MUST BE COMPLETE, INCLUDING, BUT NOT LIMITED TO: DESIGN, CONSTRUCTION MATERIALS, CONSTRUCTION QUALITY, AND SOUND LEVELS. ENGINEER WILL NOT RESEARCH INFORMATION REQUIRED TO COMPARE EQUIPMENT. ENGINEER RESERVES THE RIGHT TO REQUIRE SPECIFIED EQUIPMENT. 3. SUBMIT MANUFACTURER'S DESCRIPTIVE DATA WITHIN TEN (10) WORKING DAYS AFTER AWARD OF THE CONTRACT. MATERIALS AND EQUIPMENT SHALL NOT BE ORDERED PRIOR TO SUBMITTAL APPROVAL. ALLOW TEN (10) WORKING DAYS AFTER RECEIPT OF SUBMITTALS IN THE ENGINEER'S OFFICE BEFORE REVIEWED SUBMITTALS WILL BE RETURNED. 4. UPON COMPLETION OF THE PROJECT, AND PRIOR TO FINAL ACCEPTANCE PAYMENT, SUBMIT ONE (1) SET OF AS-BUILT DRAWINGS AND ONE SET OF OPERATING AND MAINTENANCE INSTRUCTIONS (BOUND IN 3-RING BINDERS). C. WORKMANSHIP 1. ALL WORK TO BE PERFORMED BY QUALIFIED PERSONNEL NORMALLY ENGAGED IN THE RESPECTIVE LINE OF WORK. 2. PERFORM ALL WORK IN A MANNER NOT TO DISTURB THE NORMAL OPERATION OF THE BUILDING. 3. COORDINATE ALL WORK WITH THE OWNER'S REPRESENTATIVE. 4. COORDINATE ALL WORK WITH THE OTHER TRADES. 5. THE MECHANICAL CONTRACTOR IS RESPONSIBLE FOR PERFORMING ALL WORK ACCEPTABLE TO THE OWNER'S REPRESENTATIVE. D. DEMOLITION 1. DEMOLITION WORK SHALL NOT CREATE ANY DUST PROBLEMS IN THE WORKING SPACES. 2. ALL EXISTING EQUIPMENT REMOVED DURING THE COURSE OF THIS PROJECT BECOMES THE PROPERTY OF THIS CONTRACTOR AND SHALL BE REMOVED FROM THE SITE. NOTE: OWNER HAS 1ST RIGHT OF REFUSAL FOR ANY EXISTING EQUIPMENT. CONTRACTOR SHALL COORDINATE AND OFTEN EXISTING REMOVED EQUIPMENT TO OWNER. 3. CONTRACTOR SHALL INCLUDE ANY AND ALL SALVAGE VALUE IN THEIR BID. E. CUTTING, PATCHING AND PAINTING 1. ALL CUTTING AND PATCHING TO BE PERFORMED BY THE GENERAL CONTRACTOR. 2. CUTTING OF ALL OPENINGS SHALL BE COORDINATED WITH THE OWNER'S ENGINEERING REPRESENTATIVE. 3. WATER WILL NOT BE USED FOR CONCRETE CUTTING WITHOUT THE DIRECT SUPERVISION OF THE OWNER'S ENGINEERING REPRESENTATIVE. F. PRODUCT HANDLING 1. USE ALL MEANS NECESSARY TO PROTECT ALL MATERIALS AND EQUIPMENT BEFORE, DURING, AND AFTER INSTALLATION AND TO PROTECT THE MATERIALS AND WORK OF THE OTHER TRADES. 2. IN THE EVENT OF DAMAGE, IMMEDIATELY MAKE ALL REPAIRS AND REPLACEMENTS NECESSARY TO THE APPROVAL OF THE ENGINEER AND AT NO ADDITIONAL COST TO THE OWNER. 3. G. EQUIPMENT 1. EQUIPMENT SHALL BE AS SPECIFIED IN THE EQUIPMENT SCHEDULE OR AN APPROVED EQUAL IF NOTED. 2. INSTALL EQUIPMENT PER MANUFACTURER'S INSTRUCTIONS. 3. GENERAL CONTRACTOR SHALL PROVIDE ALL CURBED OPENINGS IN ROOF FOR ALL ROOF MOUNTED EQUIPMENT. 4. ALL UNITS ON ROOF SHALL BE SET ON LEVEL CURBS OR SUPPORTS AT ROOF. 5. SECURELY FASTEN ALL EQUIPMENT TO PREVENT MOVEMENT DUE TO WIND OR SEISMIC FORCES. 6. PROVIDE 10'-0'' MINIMUM CLEARANCE BETWEEN OUTSIDE AIR INTAKE AND ANY EXHAUST AIR OUTLETS OR PLUMBING VENTS. H. DUCTWORK 1. AIR DISTRIBUTION DUCT SHALL BE CONSTRUCTED AND INSTALLED IN ACCORDANCE WITH CURRENT EDITIONS OF THE ASHRAE GUIDE AND WITH S.M.A.C.N.A. DUCT CONSTRUCTION STANDARDS. 2. RECTANGULAR AND ROUND DUCTWORK SHALL BE CONSTRUCTED FROM GALVANIZED STEEL IN ACCORDANCE WITH THE LATEST EDITION S.M.A.C.N.A. "HVAC DUCT CONSTRUCTION STANDARDS" FOR 2" W.G. PRESSURE SYSTEMS. FIBERGLASS DUCT WILL NOT BE PERMITTED. 3. DUCTS LINED WITH INSULATION SHALL BE INCREASED IN SIZE TO ALLOW FOR INSULATION THICKNESS SO THAT DIMENSIONS SHOWN ON DRAWINGS WILL BE NET INSIDE DIMENSIONS. 4. FITTINGS: ROUND TO RECTANGULAR DUCT CONNECTIONS SHALL BE MADE AS SHOWN ON DRAWINGS OR WITH CONICAL SHAPED PREFORMED FITTINGS. TURNING VANES SHALL BE USED FOR ALL MITERED ELBOWS IN RECTANGULAR DUCT. CENTERLINE RADIUS OF ALL ELBOWS SHALL BE ONE AND ONE HALF TIMES THE DIAMETER OF THE DUCT. 5. DUCTS SHALL BE PROVIDED WITH HANGERS TO PREVENT ANY BENDING OR SAGGING. HANGERS SHALL BE GALVANIZED STRAP IRON LOOPS WHICH SHALL BE FASTENED TO OVERHEAD CONSTRUCTION IN A SECURE MANNER. SIZE, GAUGE, AND SPACING SHALL BE PER S.M.A.C.N.A. STANDARDS. 6. ALL DUCT JOINTS SHALL BE SEALED WITH S.M.A.C.N.A. APPROVED TAPE AND POLYMER ADHESIVES AIR SEAL #33 OR DESIGN POLYMERICS #DP1010 WATER BASED DUCT SEALANT OR APPROVED EQUAL. 7. AT ALL DUCT CONNECTIONS TO UNITS, AND WHERE INDICATED, FURNISH AND INSTALL HEAVY FLEXIBLE CONNECTIONS 6" MINIMUM LENGTH. MATERIAL USED FOR FLEXIBLE CONNECTIONS SHALL BE VENTFAB AS MANUFACTURED BY VENTFABRIC, METALFAB AS MANUFACTURED BY DURODYNE, OR APPROVED EQUAL. 8. FLEXIBLE DUCTWORK LOCATED WITHIN THE CONDITIONED SPACE SHALL BE A FACTORY FABRICATED ASSEMBLY CONSISTING OF A FLAME RESISTANT, DOUBLE LAMINATION OF POLYESTER INNER LINER BONDED TO A COATED SPRING STEEL WIRE HELIX, 1½'' THICK FIBERGLASS INSULATION FOR AN INSULTING VALUE OF R4.2, AND AN OUTER VAPOR BARRIER JACKET OF METALIZED POLYESTER FILM. FLEXIBLE DUCT TO BE ATCO UPC-030. FLEXIBLE DUCT RUNOUTS SHALL NOT EXCEED 5 FEET IN LENGTH. 9. FLEXIBLE DUCTWORK LOCATED IN UNCONDITIONED SPACE SHALL BE A FACTORY FABRICATED ASSEMBLY CONSISTING OF A FLAME RESISTANT, DOUBLE LAMINATION OF POLYESTER INNER LINER BONDED TO A COATED SPRING STEEL WIRE HELIX, 2'' THICK FIBERGLASS INSULATION FOR AN INSULATING VALUE OF R6, AND AN OUTER VAPOR BARRIER JACKET OF METALIZED POLYESTER FILM. FLEXIBLE DUCT TO BE ATCO UPC-036. FLEXIBLE DUCT RUNOUTS SHALL NOT EXCEED 5 FEET IN LENGTH. 10. FLEXIBLE DUCTWORK LOCATED IN UNCONDITIONED SPACE SHALL BE A FACTORY FABRICATED ASSEMBLY CONSISTING OF A FLAME RESISTANT, DOUBLE LAMINATION OF POLYESTER INNER LINER BONDED TO A COATED SPRING STEEL WIRE HELIX, 2½'' THICK FIBERGLASS INSULATION FOR AN INSULATING VALUE OF R8, AND AN OUTER VAPOR BARRIER JACKET OF METALIZED POLYESTER FILM. FLEXIBLE DUCT TO BE ATCO UPC-031. FLEXIBLE DUCT RUNOUTS SHALL NOT EXCEED 5 FEET IN LENGTH. 11. MANUAL VOLUME DAMPERS: AIR BALANCE INC. MODELS AC-111 AND AC-112 OR APPROVED EQUAL. DAMPERS SHALL BE FURNISHED WITH INSULATION STANDOFFS AND LOCKING QUADRANT HANDLES. RESIDENTIAL TYPE WILL NOT BE PERMITTED. 12. ALL WALL AND ROOF PENETRATIONS SHALL BE FLASHED AND COUNTERFLASHED WATERTIGHT. I. GRILLES, REGISTERS AND DIFFUSER 1. AN AIR DISTRIBUTION SCHEDULE IS SHOWN ON DRAWINGS. UNITS OF EQUAL PERFORMANCE, CONSTRUCTION, AND SOUND CRITERIA BY MAJOR MANUFACTURERS WILL BE CONSIDERED FOR APPROVAL. SEE SUBSTITUTION REQUIREMENTS. 2. COORDINATE LOCATIONS WITH CEILING GRID DESIGN AND LIGHT FIXTURE PATTERN. J. EXHAUST FANS 1. CONTRACTOR TO PROVIDE DATA ON FANS AND ACCESSORIES, INCLUDING FAN CURVES WITH SPECIFIED OPERATING POINT PLOTTED, POWER, RPM, SOUND POWER LEVELS AT RATED CAPACITY, AND ELECTRICAL CHARACTERISTICS AND CONNECTION REQUIREMENTS. 2. ACCEPTABLE MANUFACTURERS INCLUDE GREENHECK (BASIS OF DESIGN), CARNES, A DIVISION OF CARNES COMPANY INC; PATTERSON FAN COMPANY, INC; PENNBARRY, DIVISION OF AIR SYSTEM COMPONENTS; AND TWIN CITY FAN & BLOWER. 3. FAN UNIT: V-BELT OR DIRECT DRIVEN AS INDICATED, WITH SPUN ALUMINUM HOUSING; RESILIENT MOUNTED MOTOR; 1/2 INCH (13 MM) MESH, 0.62 INCH (1.6 MM) THICK ALUMINIUM WIRE BIRDSCREEN; SQUARE BASE TO SUIT ROOF CURB WITH CONTINUOUS CURB GASKETS. 4. DISCONNECT SWITCH: FACTORY WIRED, NONFUSIBLE, IN HOUSING FOR THERMAL OVERLOAD PROTECTED MOTOR. 5. BACKDRAFT DAMPER: GRAVITY ACTUATED, ALUMINUM MULTIPLE BLADE CONSTRUCTION, FELT EDGED WITH OFFSET HINGE PIN, NYLON BEARINGS, BLADES LINKED. INSTALL BACKDRAFT DAMPERS ON INLET TO ROOF AND WALL EXHAUSTERS. 6. SHEAVES: CAST IRON OR STEEL, DYNAMICALLY BALANCED, BORED TO FIT SHAFTS AND KEYED; VARIABLE AND ADJUSTABLE PITCH MOTOR SHEAVE SELECTED SO REQUIRED RPM GETS ATTAINED WITH SHEAVES SET AT MID-POSITION; FAN SHAFT WITH SELF-ALIGNING PRE-LUBICATED BALL BEARINGS. 7. INSTALL IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS. SECURE ROOF EXHAUSTERS WITH CADMIUM PLATED STEEL LAG SCREWS TO ROOF CURB. EXTEND DUCTS TO ROOF EXHAUSTERS INTO ROOF CURB. COUNTERFLASH DUCT TO ROOF OPENING. K. DUCT INSULATION 1. ACCEPTABLE MANUFACTURERS: CERTAINTEED, KNAUF, JOHNS MANVILLE, AND OWENS CORNING. 2. ROUND SUPPLY AND RETURN DUCT AND FITTINGS LOCATED IN UNCONDITIONED SPACE SHALL BE EXTERNALLY INSULATED WITH JOHNS MANVILLE MICROLITE 100 (OR EQUAL) 2" THICK, R-6 MINIMUM INSTALLED INSULATING VALUE, 1# DENSITY FIBERGLASS BLANKET INSULATION WITH FSK VAPOR BARRIER JACKET. 3. RECTANGULAR SUPPLY AND RETURN DUCT AND FITTINGS LOCATED IN UNCONDITIONED SPACE SHALL BE INTERNALLY LINED WITH JOHNS MANVILLE PERMACOTE LINACOUSTIC R-300 (OR EQUAL) 1½" THICK, R-6 MINIMUM INSULATING VALUE, 1½# DENSITY ACOUSTICAL DUCT LINER. ADJUST DUCT SIZE TO ACCOMMODATE LINER AND GIVE NET DIMENSIONS SHOWN ON DRAWINGS. 4. OUTSIDE AIR DUCT AND FITTINGS SHALL BE EXTERNALLY INSULATED WITH JOHNS MANVILLE MICROLITE 75 (OR EQUAL) 1½" THICK, 1# DENSITY FIBERGLASS BLANKET INSULATION WITH FSK VAPOR BARRIER JACKET. 5. EXTERIOR DUCT AND FITTINGS SHALL BE EXTERNALLY INSULATED WITH 2” THICK RIGID POLYISOCYANURATE OR POLYSTYRENE FOAM INSULATION (R-8 MINIMUM) WITH MINIMUM 20 GAUGE ALUMINUM OR GALVANIZED STEEL JACKET. LAP AND SEAL EXTERIOR JACKET JOINTS. INTERNALLY LINE DUCT (WHERE SHOWN ON DRAWINGS) WITH JOHNS MANVILLE PERMACOTE LINACOUSTIC R-300 (OR EQUAL) 1" THICK, 1½# DENSITY ACOUSTICAL DUCT LINER. ADJUST DUCT SIZE TO ACCOMMODATE LINER AND GIVE NET DIMENSIONS SHOWN ON DRAWINGS. L. PACKAGED ROOFTOP AIR-CONDITIONING UNITS 1. PROVIDE A FIVE YEAR WARRANTY TO INCLUDE COVERAGE FOR REFRIGERATION COMPRESSORS. 2. ACCEPTABLE MANUFACTURERS INCLUDE VALENT (BASIS OF DESIGN), CARRIER CORPORATION, JOHNSON CONTROLS INTERNATIONAL PLC, CAPTIVEAIRE, TRANE TECHNOLOGIES, AND ANNEXAIR. 3. ROOF MOUNTED UNITS ARE TO BE SELF-CONTAINED, PACKAGED, FACTORY ASSEMBLED AND PREWIRED, CONSISTING OF CABINET AND FRAME, SUPPLY FAN, CONTROLS, AIR FILTERS, REFRIGERANT COOLING, HOT GAS REHEAT COIL, ELECTRIC HEATING COIL AND COMPRESSOR, CONDENSER COIL AND CONDENSER FAN. 4. SEE DRAWING SCHEDULES FOR ELECTRICAL CHARACTERISTICS. 5. FACTORY MOUNT NON-FUSED DISCONNECT SWITCH IN CONTROL PANEL. 6. CABINET TO BE STEEL WITH BAKED ENAMEL FINISH, INCLUDING HINGED ACCESS DOORS WITH HANDLES FOR ACCESS. STRUCTURAL MEMBERS TO BE MINIMUM 18 GAUGE, 0.0478 INCH (1.21 MM), WITH ACCESS DOORS OR PANELS OF MINIMUM 20 GAUGE, 0.0359 INCH (0.91 MM). 7. INSULATION TO BE MINIMUM 2-INCH THICK R13, NEOPRENE-COATED GLASS FIBER WITH EDGES PROTECTED FROM EROSION. 8. SUPPLY FAN TO BE FORWARD CURVED CENTRIFUGAL TYPE, RESILIENTLY MOUNTED WITH V-BELT DRIVE OR DIRECT DRIVE, ADJUSTABLE VARIABLE PITCH PULLEY, AND RUBBER ISOLATED HINGE MOUNTED. PROVIDE WITH HIGH EFFICIENCY MOTOR OR DIRECT DRIVE AS INDICATED. ISOLATE COMPLETE FAN ASSEMBLY. 9. ELECTRIC HEATING COIL TO BE HELICAL NICKEL-CHROME RESISTANCE WIRE COIL HEATING ELEMENTS WITH REFRACTORY CERAMIC SUPPORT BUSHINGS EASILY ACCESSIBLE WITH AUTOMATIC RESET THERMAL CUT-OUT. PROVIDE WITH BUILT-IN MAGNETIC CONTACTORS, GALVANIZED STEEL FRAME, CONTROL CIRCUIT TRANSFORMER AND FUSE, MANUAL RESET THERMAL CUT-OUT, AIRFLOW PROVING DEVICE, LOAD FUSES. 10. ELECTRIC HEATING COIL CONTROLS TO START SUPPLY FAN BEFORE ELECTRIC ELEMENTS ARE ENERGIZED AND CONTINUE OPERATING UNTIL AIR TEMPERATURE REACHES MINIMUM SETTING, WITH SWITCH FOR CONTINUOUS FAN OPERATION. 11. EVAPORATOR COIL A. PROVIDE COPPER TUBE ALUMINUM FIN COIL ASSEMBLY WITH STAINLESS STEEL DRAIN PAN AND CONNECTION. B. PROVIDE THERMOSTATIC EXPANSION VALVES AND ALTERNATE ROW CIRCUITING FOR UNITS 7.5 TONS (26 KW) COOLING CAPACITY AND LARGER. C. PROVIDE A FACTORY APPLIED COIL CORROSION COATING CAPABLE OF WITHSTANDING 15,000 ASTM B11 SALT SPRAY TEST. 12. CONDENSER COIL A. PROVIDE COPPER TUBE ALUMINUM FIN COIL ASSEMBLY WITH SUBCOOLING ROWS AND COIL GUARD. B. PROVIDE HAVE DIRECT DRIVE PROPERLLER FANS, RESILIENTLY MOUNTED WITH FAN GUARD, MOTOR OVERLOAD PROTECTION, WIRED TO OPERATE WITH COMPRESSOR. PROVIDE HIGH EFFICIENCY FAN MOTORS. C. PROVIDE A FACTORY APPLIED COIL CORROSION COATING TO CONDENSER COIL CAPABLE OF WITHSTANGING 15,000 HOURS OF ASTM B11 SALT SPRAY TEST 13. COMPRESSORS A. PROVIDE HERMETIC COMPRESSORS, 3600 RPM MAXIMUM, RESILIENTLY MOUNTED WITH POSITIVE LUBRICATION, CRANKCASE HEATER, HIGH AND LOW PRESSURE SAFETY CONTROLS, MOTOR OVERLOAD PROTECTION, SUCTION AND DISCHARGE SERVICE VALVES AND GAUGE PORTS, AND FILTER DRIER. B. FIVE MINUTE TIMED OFF CIRCUIT TO DELAY COMPRESSOR START. 14. MIXED AIR CASING A. DAMPERS: PROVIDE REMOTE CONTROLLED OUTSIDE AIR DAMPERS FOR ADJUSTING OUTSIDE AIR QUANTITY. B. GASKETS: PROVIDE TIGHT FITTING DAMPERS WITH EDGE GASKETS. C. DAMPER OPERATOR: 24 VOLTS WITH GEAR TRAIN SEALED IN OIL. 15. AIRFLOW MEASUREMENT A. AIRFLOW MEASUREMENT STATION: SEE CONTROLS DRAWINGS FOR WHICH UNITS REQUIRE AIRFLOW MEASUREMENT STATEIONS. B. PROVIDE FACTORY-INSTALLED AIRFLOW MEASUREMENT STATION TESTED IN ACCORDANCE WITH AMCE 611 AND BEARING AMCA RATINGS SEAL FOR AIRFLOW MEASUREMENT PERFORMANCE. C. STATION LOCATION: INSTALL IN OUTDOOR OPENINGS TO MEASURE AIRFLOW. D. DAMPER BLADES ARE TO BE EXTRUDED ALUMINUM CONSTRUCTION, HOUSED IN EXTRUDED ALUMINUM FRAME AND MECHANICALLY FASTENED TO A ROTATIN AXLE ROD, AND COMPLY WITH ASHRAE STD. 90.1 I-P FOR RATED MAXIMUM LEAKAGE RATE. E. MEASUREMENT RANGE: MINIMUM OF 15 PERCENT TO 100 PERCENT OF UNIT NOMINAL FLOW. F. OPERATION: PROVIDE LOW VOLTAGE SIGNAL CORRESPONDING TO ACTUAL AIRFLOW FOR CONTROLLING AND DOCUMENTING AIRFLOW. G. ACCURACY: PLUS OR MINUS 5 PERCENT. 16. ALL ROOF CURBS SHOULD BE NEW. VERIFY THAT THE ROOF IS READY TO RECEIVE WORK, OPENING DIMENSIONS ARE AS REQUIRED BY MANUFACTURER, AND THAT PROPER POWER SUPPLY IS AVAILABLE 17. INSTALL IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS AND IN ACCORDANCE WITH NFPA 90A. 18. PREPARE AND START EQUIPMENT. ADJUST FOR PROPER OPERATION. DEMONSTRATE PROPER OPERATION OF EQUIPMENT TO OWNER'S DESIGNATED REPRESENTATIVE. 19. ON BOARD CONTROLS SHALL BE PROVIDED WITH APPROPRIATE BACNET CARD TO INTERFACE TO THE BUILDINGS NEW BUILDING MANAGEMENT SYSTEM (BMS). M. AIRFLOW MONITORING STATION 1. ACCEPTABLE MANUFACTURERS INCLUDE; AIR MONITOR, EBTRON, INC, GREYSTONE ENERGY SYSTEMS, RUSKIN COMPANY. 2. DUCT OR PLENUM INSERTED ASSEMBLY USING UP TO EIGHT WATER-RESISTANT THERMAL DISPERSION SENSORS PER METAL PROBE WIRED INTO EXTERNAL ACCESS BOX HOLDING SELF- DIAGNOSING SENSOR INTERFACE ELECTRONICS WITH RESPECTIVE FIELD WIRE AND CABLE LANDING TERMINALS. PROVIDE THERMAL DISPERSION FLOW METERS COMPLETE WITH MATCHED TRANSDUCERS, SELF ALIGNING INSTALLATION HARDWARE, AND TRANSDUCER CABLES. OPTIMIZE THERMAL DISPERSION TRANSDUCER FOR THE SPECIFIC DUCT OR PIPE AND PROCESS CONDITIONS FOR THE APPLICATION. 3. CAPABLE OF MEASUREING Air Velocity 0 - 2000 FPM, Temperature: 32 to 104 degrees F, Humidity: 5 to 95 percent RH WITH AN ACCURACY OF PLUS OR MINUS 1% MECHANICAL SPECIFICATIONS 58. PROVIDE IBCS MEETING REQUIRED SEQUENCE OF OPERATION AND CAN BE CONFIGURED RATHER THAN CUSTOM PROGRAMMED. CONTROLLERS SHALL BE DESIGNED FOR EASY INSTALLATION AND SERVICING INCLUDING REMOVABLE ENCLOSURES AND TERMINAL, AND FACTORY APPLIED LABELS FOR I/O. INTERNAL POINTS SHALL BE SUPPORTED BY IDE, ALLOWING USER MODIFICATION AND MONITORING. INTERNAL PROGRAMMING POINTS (E.G. VARIABLES, CONSTANTS, PID'S TIMERS, INPUTS, AND OUTPUTS. 59. APPLICATION SPECIFIC IBC CONTROLLERS (ASC) PROVIDE CONTROLLER DESIGNED THROUGH ITS I/O CONFIGUREATION AND CONFIGURABLE CONTROL LOGIC USABLE FOR SPECIFIC TYPE MECHANICAL EQUIPMENT. TYPICAL APPLICATIONS ARE VAV BOXES, FAN COIL UNITS, ROOF TOP UNITS, UNIT VENTILATORS, SPLIT DX SYSTEMS, 100% OUTDOOR AIR SYSTEMS, HEAT PUMPS, LIGHTING CONTROLS, AND CARD ACCESS SYSTEMS. 60. FURNISH THE FOLLOWING APPLICATIONS SOFTWARE FOR BUILDING AND ENERGY MANAGEMENT: SYSTEM RESTART, TIMER PROGRAMS, EVENT PROGRAMS, OPTIMUM START/STOP PROGRAM, DUTY CYCLING PROGRAM, MORNING WAKE-UP, NIGHT SETBACK, AND PASSWORD. 61. PROVIDE TEMPERATURE, PRESSURE, AND HUMIDITY CONTROLLERS TO OPERATE HVAC EQUIPMENT AS SPECIFIED IN SEQUENCE OF OPERATIONS. 62. CONTROLLERS SHALL BE MOUNTED IN UL LISTED CONTROL CABINETS, AND WIRED TO LABELED TERMINAL STRIPS, PILOT LIGHTS, ETC. PANELS SHALL HAVE REMOVABLE DOORS, REMOVABLE PERFORATED SUB-PANEL, WITH KNOCKOUTS FOR ELECTRICAL CONDUIT, AND PAINTED WITH BAKED ENAMEL PAINT. 63. MARK CONTROL DEVICES INSIDE PANEL WITH ENGRAVED NAMEPLATES DESCRIBING ITS FUNCTION AND CROSS REFERENCING IT TO THE CONTROL DIAGRAMS. 64. PROVIDE RELAYS, TRANSFORMERS, SWITCHES, VALVES, DAMPERS, AND MISCELLANEOUS CONTROL DEVICES REQUIRED TO PROVIDE COMPLETE FUNCTIONAL SYSTEM. 65. TRANSFORMERS SHALL BE UL LISTED. FURNISH CLASS 2 CURRENT-LIMITING TYPE, OR FURNISH OVER-CURRENT PROTECTION IN BOTH PRIMARY AND SECONDARY CIRCUITS FOR CLASS 2 SERVICE PER NEC REQUIREMENTS. LIMIT CONNECTED LOADS TO 80% OF RATE CAPACITY. 66. CONTROL DAMPERS: A. OUTDOOR AND/OR RETURN AIR MIXING DAMPERS SHALL BE PARALLEL BLADE, ARRANGED TO DIRECT AIR-STREAMS TOWARD EACH OTHER. B. TWO-POSITION SHUTOFF DAMPERS MAY BE PARALLEL OR OPPOSED BLADE TYPE WITH BLADE AND SIDE SEALS. C. DAMPER FRAMES SHALL BE 13 GAGE GALVANIZED STEEL CHANNL OR 1/8" EXTRUDED ALUMINUM WITH REINFORCED CORNER BRACING. D. DAMPER BLADES SHALL NOT EXCEED 8" IN WIDTH OR 48" IN LENGTH SUITABLE FOR MEDIUM VELOCITY PERFORMANCE 2,000 FPM) E. BLADES SHALL BE NOT LESS THAN 16 GAGE. F. DAMPER BLADE EDGES AND TOP AND BOTTOM OF THE FRAME SHALL BE PROVIDED WITH REPLACEABLE BUTYL RUBBER OR NEOPRENE SEALS. H. SIDE SEALS SHALL BE SPRING-LOADED STAINLESS STEE. G. BLADE SEALS SHALL PROVIDE FOR A MAXIMUM LEAKAGE RATE OF 10 CFM PER SQ. FT. AT 4" W.C. DIFFERENTIAL PRESSURE. H. PROVIDE AIR FOIL BLADES SUITABLE FOR WIDE-OPEN FACE VELOCITY OF 1,500 FPM. I. INDIVIDUAL DAMPER SECTIONS SHALL NOT BE LARGER THAN 48" X 60". PROVIDE ONE DAMPER ACTUATOR PER SECTION. J. MODULATING DAMPERS SHALL PROVIDE LINEAR FLOW CHARACTERISTIC WHERE POSSIBLE. K. DAMPERS SHALL HAVE EXPOSED LINKAGES. L. ACTUATORS SHALL BE ELECTRIC/ELECTRONIC AS INDICATED. ACTUATORS SHALL HAVE GOOD FEEDBACK RELAYS. M. ACTUATORS SHALL HAVE ELECTRONIC OVERLOAD OR DIGITAL ROTATION SENSING CIRCUITRY TO PREVENT DAMAGE TO ACTUATOR THROUGHOUT ROTATION OF ACTUATOR. N. 24 VAC/VDC ACTUATORS SHALL OPERATE ON CLASS 2 WIRING AND SHALL NOT REQUIRE MORE THAN 10 VA FOR MORE THAN 8 W FOR DC APPLICATIONS. 69. WORK SHALL BE PERFORMED BY SYSTEM INTEGRATORS OR CONTRACTORS THAT HAVE MINIMUM OF FIVE YEARS INTEGRATION EXPERIENCE AND SHALL PROVIDE DOCUMENTATION IN SUBMITTALS VERIFYING COMPANY'S EXPERIENCE 70. DRAWINGS OF FMCS NETWORK ARE DIAGRAMMATIC ONLY. APPARATUS NOT SHOWN, BUT REQUIRED TO MAKE SYSTEM OPERATIVE SHALL BE FURNISHED AND INSTALLED WITHOUT ADDITIONAL COST TO OWNER. 71. LINE AND LOW VOLTAGE ELECTRICAL CONNECTIONS TO CONTROL EQUIPMENT SPECIFIED OR SHOWN ON CONTROL DIAGRAMS SHALL BE FURNISHED AND INSTALLED BY FMCS SUB-CONTRACTOR 72. LOW VOLTAGE ELECTRICAL CONTROL WIRING AND POWER WIRING TO NAC AND CONTROL DEVICES SHALL BE PERFORMED BY FMCS INSTALLER. 73. ELECTRICAL CONTRACTOR SHALL PROVIDE POWER WIRING. +100 VAC, TO NAC'S, COMPUTER AND NETWORKING EQUIPMENT (ROUTERS, HUBS, SWITCHEC, ETC.) 74. WIRING SHALL BE IN ACCORD WITH THE DIVISIONS 26 AND 28, NATIONAL ELECTRICAL CODE AND APPLICABLE LOCAL CODES. FMCS WIRING SHALL BE INSTALLED IN CONDUIT TYPES SPECIFIED. 75. WHERE FMCS PLENUM RATED CABLE WIRING AND/OR MC CABLES ARE ALLOWED, RUN PARALLEL TO OR AT RIGHT ANGLES TO STRUCTURE IN BRIDLE RINGS/J-HOOKS EVERY 4 FEET, PROPERLY SUPPORTED AND INSTALLED IN NEAT AND WORKMANLIKE MANNER. 76. EQUIPMENT, MATERIALS, LABOR, AND WORKMANSHIP SHALL BE WARRANTED FOR A PERIOD OF TWO YEARS FROM DATE OF SYSTEM ACCEPTANCE. 77. WITHIN WARRANTY PERIOD, REPAIR DEFECTS IN WORK DUE TO FAULTY MATERIALS, METHODS OF INSTALLATION, OR WORKMANSHIP WITHIN 48 HOURS AFTER RECEIPT OF NOTICE BY FMCS INSTALLER AT NOT ADDITIONAL EXPENSE TO OWNER. 78. OWNER SHALL BE NAMED LICENSE HOLDER OF SOFTWARE ASSOCIATED WITH WORK. 79. UPON COMPLETION OF INSTALLATION, FMCS INSTALLER SHALL LOAD SYSTEM SOFTWARE AND START-UP SYSTEM. 80. FMCS INSTALLER SHALL PERFORM NECESSARY CALIBRATION, TESTING AND DE-BUGGING AND PERFORM REQUIRED OPERATIONAL CHECKS TO ENSURE THAT SYSTEM IS FUNCTIONING SATISFACTORILY. 81. FMCS INSTALLER SHALL COORDINATE CHECKOUT OF SYSTEM WITH CONTRACTOR S APPROPRIATE REPRESENTATIVES PRESENT DURING SYSTEM CHECKOUT. 82. FMCS INSTALLER SHALL PERFORM TESTS TO VERIFY PROPER PERFORMANCE OF COMPONENTS, ROUTINES, AND POINTS. REPEAT TESTS UNTIL PROPER PERFORMANCE RESULTS. 83. UPON COMPLETION OF PERFORMANCE TESTS, REPEAT TESTS, POINT BY POINT AS DESCRIBED IN THE VALIDATION LOG ABOVE IN PRESENCE OF OWNER’S PROJECT MANAGER. SCHEDULE TESTS AT TIME AS DIRECTED BY OWNER’S REPRESENTATIVE. 84. PROVIDE A WRITTEN STATEMENT THAT ALL CONTROLS HAVE BEEN INSTALLED IN ACCORDANCE WITH THE CONTRACT AND THAT ALL FUNCTIONS SUCH AS SCHEDULING, ARE FULLY FUNCTIONAL. 85. OPERATOR ORIENTATION OF FMCS SHALL INCLUDE OVERALL OPERATION PROGRAM, EQUIPMENT FUNCTIONS (BOTH INDIVIDUALLY AND AS PART OF TOTAL INTEGRATED SYSTEM), COMMANDS, SYSTEMS GENERATION, ADVISORIES, AND APPROPRIATE OPERATOR INTERVENTION REQUIRED IN RESPONDING TO SYSTEM’S OPERATION. 86. FMCS INSTALLER SHALL DETERMINE WHAT DATA IN LOCAL CONTROLLERS IS BE INTEGRATED INTO NETWORK AREA CONTROLLER. 87. EXISTING RTU EQUIPMENT SHALL, IF REQUIRED, REPALCE EXISTING CONTROL INTERFACE CARDS WITH NEW CARD TO ALLOW FOR INTERFACE WITH NEW BMS. 88. CONTRACTOR SHALL BIG AND PROVIDE 100% INTERFACED SYSTEM. 89. UNLESS OTHERWISE NOTED, CONTROLS VENDOR SHALL PROVIDE 10 YEAR SOFTWARE LICENSING AND MAINTENANCE ON ALL PROVIDED EQUIPMENT AND CONTROLLERS. N. OTHER MATERIAL 1. ALL OTHER MATERIAL, NOT SPECIFICALLY DESCRIBED BUT REQUIRED FOR A COMPLETE JOB, SHALL BE NEW AND FIRST QUALITY, FURNISHED AND INSTALLED BY THE MECHANICAL CONTRACTOR. O. TESTING AND BALANCING 1. TEST & BALANCE TO BE CONDUCTED BY A MEMBER OF THE ASSOCIATED AIR BALANCE COUNCIL, AND THEY SHALL SUBMIT THREE (3) COPIES OF A FINAL SYSTEM PERFORMANCE REPORT TO THE ENGINEER FOR APPROVAL AND BEFORE THE FINAL INSPECTION. 2. AFTER COMPLETION OF THE INSTALLATION WORK, TEST AND REGULATE ALL COMPONENTS OF THE NEW SYSTEMS TO THE SATISFACTION OF THE OWNER'S ENGINEERING REPRESENTATIVE. 3. AIR BALANCE CONTRACTOR TO SUPPLY NEW DRIVE COMPONENTS REQUIRED TO PROVIDE AIR FLOWS INDICATED. THE DRIVE SHALL BE SELECTED AT NOT LESS THAN TWO TIMES THE RATE NAME PLATE HORSEPOWER OF THE FAN MOTOR AND BE FIXED PITCH (VARIABLE PITCH SHEAVES WILL NOT BE PERMITTED EXCEPT TO DETERMINE PROPER SHEAVE SIZE). 4. AIR SYSTEM: ALL COMPONENTS SHALL BE TESTED AND ADJUSTED TO -0 TO +10%. REPORT SHALL INCLUDE SCHEDULED (NAMEPLATE) AND TESTED DATA. PROVIDE FAN/MOTOR RPM, AIR PRESSURE DROP FOR INDIVIDUAL COMPONENTS, TSP, ESP, CFM, VOLTAGE, AMPS, HP, AND SHEAVE SIZES (AS APPLICABLE) FOR ALL EQUIPMENT, AIR OUTLETS, AND AIR INLETS. 5. DIFFUSERS, GRILLES, REGISTERS: ADJUST THROW PATTERN AS SHOWN ON THE DRAWINGS. ADJUST AIR QUANTITIES WITHIN -0 TO +10% OF THE DESIGN AIR QUANTITIES. P. INDENIFICATION 1. PLASTIC NAMEPLATES: LAMINATED THREE LAYER WITH ENGRAVED BLACK LETTERS ON A LIGHT CONTRASTING BACKGROUND COLOR. INSTALL PLASTIC NAMEPLATES WITH CORROSION RESISTANT MECHANICAL FASTENERS, OR ADHESIVE. 2. METAL TAGS: BRASS WITH STAMPED LETTERS. TAG SIZE MINIMUM 1½” DIAMETER WITH SMOOTH EDGES. INSTALL TAGS USING CORROSION RESISTANT CHAIN. NUMBER TAGS CONSECUTIVELY BY LOCATION. 3. LABELS: POLYESTER, SIZE AS REQUIRED, ADHESIVE BACKED WITH PRINTED IDENTIFICATION. INSTALL LABELS WITH SUFFICIENT ADHESIVE TO ENSURE PERMANENT PLACEMENT. 4. IDENTIFY ALL EQUIPMENT WITH PLASTIC NAMEPLATES. 5. IDENTIFY PIPING WITH LABELS. 6. IDENTIFY CONTROL PANELS AND MAJOR COMPONENTS OUTSIDE PANELS WITH PLASTIC NAMEPLATES. TAG AUTOMATIC CONTROLS, INSTRUMENTS, AND RELAYS. KEY TO CONTROL SCHEMATIC. Q. RELATED WORK 1. ELECTRICAL CONTRACTOR TO PROVIDE AND INSTALL ALL POWER WIRING AND EQUIPMENT DISCONNECTS, UNLESS INCLUDED WITH EQUIPMENT, TO MAKE SYSTEM OPERATIONAL. R. CONTROLS ACCEPTABLE CONTROL SYSTEM MANUFACTURER: ALERTON, DELTA, JOHNSON CONTROLS, OR TRANE CONTROLS. 1.CONTROL SYSTEM CONTRACTOR SHALL PROVIDE A COMPLETE DIRECT DIGITAL CONTROL SYSTEM. PROVIDE AND INSTALL ALL NECESSARY WIRING TO MAKE SYSTEM OPERATIONAL. ALL WIRING SHALL BE IN CONDUIT (PLENUM RATED CABLE CONSIDERED ON A PROJECT SPECIFIC BASIS) WITH ANY SPLICES MADE IN JUNCTION BOXES. REFER TO CONTROL DIAGRAMS AND SEQUENCE OF OPERATION ON DRAWINGS. PROVIDE ALL LABOR, MATERIAL, EQUIPMENT AND/OR SOFTWARE REQUIRED FOR A COMPLETE AND OPERATIONAL DIRECT DIGITAL CONTROL SYSTEM. WHERE ITEMS OR MATERIALS ARE NOT SPECIFICALLY REFERRED TO HEREIN OR ON THE DRAWINGS OR IN THE SPECIFICATIONS AND ARE REQUIRED TO MEET FUNCTIONAL INTENT, PROVIDE THESE ITEMS OR MATERIALS WITHOUT ADDITIONAL COST TO THE OWNER. 2. FOR ADDITION AND RENOVATION PROJECT, INTEGRATE PRODUCTS FROM APPROVED VENDORS INTO A UNIFIED SYSTEM TO PROVIDE COMPATIBILITY FOR EXPANSION TO EXISTING SITES, MAINTENANCE, AND SERVICE OF THE SYSTEM. THE OWNER SHAL BE NAMED LICENSE HOLDER AND WILL OWN ALL ASSOCIATED SOFTWARE. 3. PROVISIONS FOR THE BASIC REQUIREMENTS FOR MECHANICAL SYSTEMS, FOR THE HVAC&R SEQUENCE OF OPERATIONS, FOR ELECTRICAL SYSTEMS, AND FOR GENERAL SPECIFICATION SECTIONS, AS WELL AS THE CONTRACT DRAWINGS, PLANS AND ADDENDA SHALL BE INCLUDED AS A PART OF THIS SECTION AS THEY PERTAIN TO THE FMCS SYSTEMS. 4. FURNISH PRINTED DOCUMENTATION OF ALL PROGRAMMING AS PART OF THE OWNERS TRAINING. 5. PROVIDE TEXT GRAPIC SCREENS SHOWING SEQUENCES OF OPERATION FOR EACH PIECE OF EQUIPMENT. 6. PROVIDE END SWITCH FEEDBACK ON ALL CLOSE-OFF DAMPERS TO ALLOW FANS TO START. 7. PROVIDE SEPARATE WIRING/PROGRAMMING TO FACILITATE SEPARATE SCHEDULING OF VENTILATION SYSTEM OUTSIDE AIR HANDLING UNITS, EXHAUST FANS, ETC. 8. PROVIDE DAMPER OPERATORS (IF NOT ALREADY INCORPORATED INTO THE AHU'S) THAT ARE REPLACEABLE WITH SECOND SOURCE COMPONENTS SUCH AS BELIMO. 9. THE FACILITY MANAGEMENT AND CONTROL SYSTEM (FMCS) SHALL BE COMPRISED OF NETWORK AREA CONTROLLER OR CONTROLLERS (NAC) WITHIN EACH FACILITY. 10. NAC SHALL CONNECT TO THE OWNER'S LOCAL OR WIDE AREA NETWORK, DEPENDING ON CONFIGURATION. 11. EACH NAC SHALL COMMUNICATE TO NATIVE BACNET PROTOCOL SYSTEMS/DEVICES PROVIDED UNDER THIS DIVISION. 12. THE FACILITY MANAGEMENT AND CONTROL SYSTEM (FMCS) SHALL BE BASED ON THE DELTA CONTROLS ENTELIWEB PLATFORM. DELTA CONTROLS "EBMGR" ETHERMENT ROUTER PROVIDES AN OPEN AUTOMATION INFRASTRUCTURE THAT INTEGRATES DIVERSE SYSTEMS AND DEVICES (REGARDLESS OF MANUFACTURER, COMMUNICATION STANDARD OR SOFTWARE) INTO A UNIFIED PLATFORM THAT CAN BE EASILY MANAGED IN REAL TIME OVER THE INTERNET USING A STANDARD WEB BROWER. 13. FIELD CONTROLLERS SHALL BE BACNET MS/TP. 14. ELECTRONIC COPIES OF SHOP DRAWINGS OF THE ENTIRE FMCS SHALL BE SUBMITTED AND SHALL CONSIST OF A COMPLETE LIST OF EQUIPMENT AND MATERIALS, INCLUDING MANUFACTURERS CATALOG DATA SHEETS AND INSTALLATION INSTRUCTIONS. SHOP DRAWINGS SHALL ALSO CONTAIN COMPLETE WIRING AND SCHEMATIC DIAGRAMS, SOFTWARE DESCRIPTIONS, CALCULATIONS, AND ANY OTHER DETAILS REQUIRED TO DEMONSTRATE THAT THE SYSTEM HAS BEEN COORDINATED AND WILL PROPERLY FUNCTION AS A SYSTEM. TERMINAL IDENTIFICATION FOR ALL CONTROL WIRING SHALL BE SHOWN ON THE SHOP DRAWINGS. A COMPLETE WRITTEN SEQUENCE OF OPERATION SHALL ALSO BE INCLUDED WITH THE SUBMITTAL PACKAGE. THE FMCS CONTRACTOR SHALL COORDINATE DATA FROM OTHER CONTRACTORS SUPPLYING PRODUCTS AND SYSTEMS, AS PART OF THEIR PACKAGE AND SHALL PROVIDE CATALOG DATA SHEETS, WIRING DIAGRAMS AND POINT LISTS TO THE OWNDER FOR PROPER COORDINATION OF WORK. 15. SUBMITTALS SHALL INCLUDE SITE/FLOOR PLANS SHOWING CONTROLLER LOCATIONS AND COMMUNICATIONS INTERCONNECTIONS. ALL IP CONNECTION LOCATIONS WILL BE WORKED OUT WITH THE OWNER PRIOR TO IMPLEMENTATION. 16. SUBMITTAL SHALL ALSO INCLUDE A TRUNK CABLE SCHEMATIC DIAGRAM DEPICTING OPERATOR WORKSTATIONS, CONTROL PANEL LOCATIONS AND A DESCRIPTION OF THE COMMUNICATION TYPE, MEDIA, AND PROTOCOL. THE FMCS CONTRACTOR SHALL BE RESPONSIBLE FOR INTEGRATING ALL NETWORK LEVEL DEVICES INTO THE OVERALL TRUNK CABLE SCHEMATIC DIAGRAMS FOR THE ENTIRE WIDE AREA NETWORK (WAN). 17. SUBMITTAL SHALL ALSO INCLUDE A COMPLETE POINT LIST OF ALL POINTS TO BE CONNECTED FMCS BY THE CONTRACTOR. DIVISION 26 AND 28 CONTRACTORS SHALL PROVIDE NECESSARY POINT LISTS, PROTOCOL DOCUMENTATION, AND FACTORY SUPPORT INFORMATION FOR SYSTEMS PROVIDED IN THEIR RESPECTIVE DIVISIONS BUT INTEGRATED INTO THE FMCS. 18. SUBMITTAL SHALL ALSO INCLUDE A COPY OF EACH OF THE GRAPHICS DEVELOPED FOR THE GRAPHIC USER INTERFACE INCLUDING A FLOWCHART (SITE MAP) INDICATING HOW THE GRAPHICS ARE TO BE LINKED TO ONE ANOTHER FOR SYSTEM NAVIGATIO. THE GRAPHICS ARE INTENDED TO BE 80% - 90% COMPLETE AT THIS STAGE WITH THE ONLY REMAINING CHANGES TO BE BASED ON REVIEW COMMENTS FROM THE A/E DESIGN TEAM AND/OR OWNER. 19. UPON COMPLETION OF THE WORK, PROVIDE A COMPLETE SET OF AS-BUILT DRAWINGS AND APPLICATION SOFTWARE ON COMPACT DISK. DRAWINGS SHALL BE PROVIDED AS AUTOCAD OR VISIO COMPATIBLE FILES. THREE (3) COPIES OF THE AS-BUILT DRAWINGS SHALL BE PROVIDED IN ADDITION TO THE DOCUMENTS ON A THUMB DRIVE. 20. DIVISION 26 AND 28 CONTRACTORS SHALL PROVIDE AS-BUILT DRAWINGS FOR THEIR PORTIONS OF WORK. FMCS CONTRACTOR SHALL BE RESPONSIBLE FOR AS-BUILT DRAWINGS PERTAINING TO OVERALL FMCS ARCHITECTURE AND NETWORK DIAGRAMS. ALL AS BUILT DRAWINGS SHALL ALSO BE INTALLED INTO THE FMCS SERVER IN A DEDICATED DIRECTORY. 21. THE FMCS CONTRACTOR SHALL BE RESPONSIBLE FOR ALL CONTROLLERS (IDC AND IBC), CONTROL DEVICES, CONTROL PANELS, CONTROLLER PROGRAMMING, CONTROLLER PROGRAMMING SOFTWARE, CONTROLLER INPUT/OUTPUT AND POWER WIRING AND CONTROLLER NETWORK WIRING SPECIFIED TO BE PROVIDED IN DIVISION 27. 22. THE OWNER WILL OWN THEIR COPY OF THE FMCS SOFTWARE. 23. COOPERATION WITH OTHER TRADES: COORDINATE THE WORK OF THIS SECTION WITH THAT OF OTHER SECTIONS TO ENSURE THAT THE WORK WILL BE CARRIED OUT IN AN ORDERLY FASHION. IT SHALL BE THIS CONTRACTOR'S RESPONSIBILITY TO CHECK THE CONTRACTO DOCUMENTS FOR POSSIBLE CONFLICTS BETWEEN THEIR WORK AND THAT OF OTHER CRAFTS IN EQUIPMENT LOCATION, PIPE, DUCT, AND CONDUIT RUNS, ELECTRICAL OUTLETS AND FIXTURES, AIR DIFFUSERS, AND STRUCTURAL AND ARCHITECTURAL FEATURES. 24. THE INSTALLED SYSTEM SHALL PROVIDE SECURE PASSWORD ACCESS TO ALL FEATURES, FUNCTIONS, AND DATA CONTAINED IN THE OVERALL FMCS. 25. THE INTENT OF THIS SPECIFICATION IS TO PROVIDE A PEER-TO-PEER NETWORKED, STAND-ALONE, DISTRIBUTED CONTROL SYSTEM WITH THE CAPABILITY TO INTEGRATE ANSI/ASHRAE STANDARD 135-2001 BACNET COMMUNICATION PROTOCOLS IN ONE OPEN, INTEROPERABLE SYSTEM. 26. LOCAL AREA NETWORK MINIMUM PHYSICAL AND MEDIA ACCESS REQUIREMENTS A. ETHERNET; IEEE STANDARD 802.3 B. CABLE: 100 BASE-T, UTP-8 WIRE, CATEGORY 6 C. MINIMUM THROUGHPUT: 100 MBPS. 27. THE NETWORK AREA CONTROLLER (NAC) SHALL PROVIDE THE INTERFACE BETWEEN THE LAN OR WAN AND THE FIELD CONTROL DEVICES, AND PROVIDE GLOBAL SUPERVISORY CONTROL FUNCTIONS OVER THE CONTROL DEVICES CONNECTION TO THE NAC. IT SHALL BE CAPABLE OF EXECUTING APPLICATION CONTROL PROGRAMS TO PROVIDE: A. CALENDAR FUNCTIONS B. SCHEDULING C. TRENDING D. ALARM MONITORING AND ROUTING E. TIME SYNCHRONIZATION F. JOB SPECIFIC GRAPHICAL PROGRAMMING 28. THE NETWORK AREA CONTROLLER MUST PROVIDE THE FOLLOWING HARDWARE FEATURES AS A MINIMUM: A. ONE ETHERNET PORT 10/100 MBPS. B. TWO RS-485 PORT C. ONE BACNET MS/TP PORT D. ABILITY FOR BATTER BACKUP E. FLASH MEMORY FOR LONG TERM DATA BACKUP (IF BATTER BACKUP OR FLASH MEMORY IS NOT SUPPLIED, THE CONTROLLER MUST CONTAIN A HARD DISK WITH AT LEAST 1 GIGABYTE STORAGE CAPACITY) F. THE NAC MUST BE CAPABLE OF OPERATION OVER A TEMPERATURE RANGE OF 32 TO 122 °F G. THE NAC MUST BE CAPABLE OF WITHSTANDING STORAGE TEMPERATURES OF BETWEEN 0 AND 158 °F H. THE NAC MUST BE CAPABLE OF OPERATION OVER A HUMIDITY RANGE OF 5 TO 95% RH, NONCONDENSING 29. THE NAC SHALL SUPPORT STANDARD WEB BROWSER ACCESS VIA THE INTRANET/INTERNET. IT SHALL SUPPORT A MINIMUM OF 32 SIMULTANEOUS USERS. 30. THE NAC SHALL PROVIDE ALARM RECOGNITION, STORAGE, ROUTING, MANAGEMENT, AND ANALYSIS TO SUPPLEMENT DISTRIBUTED CAPABILITIES OF EQUIPMENT OR APPLICATION SPECIFIC CONTROLLERS. THE NAC SHALL BE ABLE TO ROUTE ANY ALARM CONDITION TO ANY DEFINED USER LOCATION WHETHER CONNECTED TO A LOCAL NETWORK OR REMOTE VIA DIAL-UP TELEPHONE CONNECTION, OR WIDE-AREA NETWORK. 31. THE NAC SHALL HAVE THE ABILITY TO COLLECT DATA FOR ANY PROPERTY OF ANY OBJECT AND STORE THIS DATA FOR FUTURE USE. 32. ALL LOG DATA SHALL BE ARCHIVED TO A RELATIONAL DATABASE IN THE SERVER AND THE DATA SHALL BE ACCESSED FROM A STANDARD WEB BROWSER. 33. SYSTEMS THAT DO NOT PROVIDE LOG DATA IN HTML AND XML FORMATS AT A MINIMUM SHALL NOT BE ACCEPTABLE. 34. PROVIDE AND MAINTAIN AN AUDIT LOG THAT TRACKS ALL ACTIVITIES PERFORMED ON THE NAC. PROVIDE THE ABILITY TO SPECIFY A BUFFER SIZE FOR THE LOG AND THE ABILITY TO ARCHIVE LOG BASED ON TIME OR WHEN THE LOG HAS REACHED ITS USER-DEFINED BUFFER SIZE. PROVIDE THE ABILITY TO ARCHIVE THE LOG TO A SERVER. FOR EACH LOG ENTRY, PROVIDE THE FOLLOWING DATA: TIME AND DATE, USER ID, AND CHANGE OF ACTIVITY (CHANGE SETPOINT, ADD OR DELETE OBJECTS, COMMANDS, ETC.) 35. THE NAC SHALL HAVE THE ABILITY TO AUTOMATICALLY BACKUP ITS DATABASE. THE DATABASE SHALL BE BACKED UP BASED ON A USER-DEFINED TIME INTERVAL. 36. COPIES OF THE CURRENT DATABASE AND, AT THE MOST RECENTLY SAVED DATABSE SHALL BE STORED IN THE NAC. THE AGE OF THE MOST RECENTLY SAVED DATABASE IS DEPENDENT ON THE USER DEFINED DATABASE SAVE INTERVAL. 37. PROVIDE AN INTEGRATED DEVELOPMENT ENVIRONMENT (IDE) FOR DEVELOPMENT OF GRAPHIC SCREENS, CONTROL LOGIC, SECURITY, ALARM NOTIFICATION, AND DATA STORAGE. THE IDE SHALL RESIDE ON A CENTRAL SERVER (IF SPECIFIED) AND SHALL ALSO BE BROWSER ACCESSIBLE WITH APPROPRIATE SECURITY LEVEL VIA EACH NAC. 38. THE SERVER AND NAC IDE TOOLS SHALL BE IDENTICAL. HOWEVER, IT SHALL BE POSSIBLE TO LIMIT VIEWS AND COMMANDS VIA A UNIQUE USER PROFILE AND PASSWORD IN EITHER. THE IDE SHALL BE DEPLOYED AT THE SERVER AND SHALL BE DEPLOYED ON EACH NAC. WHEN DEPLOYED ON THE NAC, IT SHALL BE CALLED FROM A BROWSER AND SHALL BE ABLE TO MODIFY CONTROL ALGORITHMS AT THE NAC IN THE EXACT MANNER AS THE SERVER-BASED IDE. THE IDE SHALL INCLUDE A QUICK VIEWING OF, AND ACCESS TO, THE HIERARCHICAL STRUCTURE OF THE DATABASE. MENU-PULL DOWNS AND TOOLBARS SHALL EMPLOY BUTTONS, COMMANDS AND NAVIGATION TO PERMIT THE OPERATOR TO PERFORM TASKS WITH A MINIMUM KNOWLEDGE OF THE HVAC CONTROL SYSTEM AND BASIC COMPUTING SKILLS. THESE SHALL INCLUDE, BUT ARE NOT LIMITED TO, FORWARD/BACKWARD BUTTONS, HOME BUTTON, AND A CONTEXT SENSITIVE LOCATOR LINE (SIMILAR TO A URL LINE), THAT DISPLAYS THE LOCATION AND THE SELECTED OBJECT IDENTIFICATION. 39. ON-LINE HELP: PROVIDE A CONTEXT SENSITIVE, ON-LINE HELP SYSTEM TO ASSIST THE OPERATOR IN OPERATION AND EDITING OF THE SYSTEM. ON-LINE HELP SHALL BE AVAILABLE FOR ALL APPLICATIONS AND SHALL PROVIDE THE RELEVANT DATA FOR THE PARTICULAR SCREEN. ADDITIONAL HELP INFORMATION SHALL BE AVAILABLE THROUGH THE USE OF HYPERTEXT. ALL SYSTEM DOCUMENTATION AND HELP FILES SHALL BE IN HTML FORMAT. 40. SECURITY: EACH OPERATOR SHALL BE REQUIRED TO LOG ON TO THAT SYSTEM WITH A USERNAME AND PASSWORD IN ORDER TO VIEW, EDIT, ADD, OR DELETE DATA. SYSTEM SECURITY SHALL BE SELECTABLE FOR EACH OPERATOR. THE SYSTEM ADMINISTRATOR SHALL HAVE THE ABILITY TO SET PASSWORDS AND SECURITY LEVELS FOR ALL OTHER OPERATORS. EACH OPERATOR PASSWORD SHALL BE ABLE TO RESTRUCT THE OPERATORS ACCESS FOR VIEWING AND/OR CHANGING EACH SYSTEM APPLICATION, FULL SCREEN EDITOR, AND OBJECT. EACH OPERATOR SHALL AUTOMATICALLY BE LOGGED OFF OF THE SYSTEM IF NO KEYBOARD OR MOUSE ACTIVITY IS DETECTED. THIS AUTO LOG- OFF TIME SHALL BE SET PER OPERATOR PASSWORD. ALL SYSTEM SECURITY DATA SHALL BE STORED IN AN ENCRYPTED FORMAT. 41. SYSTEM DIAGNOSTICS: THE SYSTEM SHALL AUTOMATICALLY MONITOR THE OPERATION OF ALL WORKSTATIONS, MODEMS, NETWORK CONNECTIONS, BUILDING MANAGEMENT PANELS, AND CONTROLLERS. THE FAILURE OF ANY DEVICE SHALL BE ANNUNCIATED TO THE OPERATOR. 42. ALARM MANAGEMENT: A. PROVIDE DEDICATED ALARM WINDOW OR CONSOLE. REFER TO SEQUENCE OF OPERATIONS FOR ALARM STRATEGIES AND NUMBER OF ALARM CONSOLES. THIS WINDOW WILL NOTIFY OPERATOR OF AN ALARM CONDITION, AND ALLOW OPERATOR TO VIEW DETAILS OF ALARM AND ACKNOWLEDGE ALARM. USE OF ALARM CONSOLE CAN BE ENABLED OR DIABLED BY THE SYSTEM ADMINISTRATOR. B. WHEN ALARM CONSOLE IS ENABLED, A SEPARATE ALARM NOTIFICATION WINDOW WILL SUPERSEDE ALL OTHER WINDOWS ON THE DESKTOP AND SHALL NOT BE CAPABLE OF BEING MINIMIZED OR CLOSED BY OPERATOR. THIS WINDOW WILL NOTIFY OPERATOR OF NEW ALARMS AND UN-ACKNOWLEDGED ALARMS. ALARM NOTIFICATION WINDOWS OR BANNERS THAT CAN BE MINIMIZED OR CLOSED BY OPERATOR IS NOT ACCEPTABLE. ALARMS SHALL BE MAPPED INTO GROUPINGS WHERE GROUPINGS HAVE COMMON DISPLAYS, SOUNDS OR HYPERLINKS. THIS GROUPING SHALL DISTINGUISH ALARMS WHEN ALARMS ARE COMING FROM MULTIPLE SITES OR CLASSES (I.E. BUILDINGS, REGIONS, TRADES, ETC.) FOR FASTER RECOGNITION. 43. SYSTEM SHALL ALLOW USE OF UNLIMITED NUMBER OF CLIENTS USING STANDARD WEB BROWSER. SYSTEM SHALL BE CAPABLE OF PROVIDING USER EXPERIENCE (INCLUDING FULL USE OF THE ENGINEERING TOOLSET) THROUGH USE OF JAVA APPLETS OR SIMPLE USER INTERFACE USING ONLY HTML. REFER TO SEQUENCE OF OPERATIONS FOR REQUIRED CLIENT-SIDE DISPLAY TYPES. 44. WEB BROWSER SOFTWARE SHALL RUN ON ANY OPERATING SYSTEM AND SYSTEM CONFIGURATION THAT IS SUPPORTED BY THE WEB BROWSER. SYSTEMS THAT REQUIRE SPECIFIC MACHINE REQUIREMENTS IN TERMS OF PROCESSOR SPEED, MEMORY, ETC., IN ORDER TO ALLOW THE WEB BROWSER TO FUNCTION WITH THE FMCS, ARE NOT ACCEPTABLE. 45. WEB BROWSER SHALL PROVIDE SAME VIEW OF GRAPHICS, SCHEDULES, CALENDARS, LOGS, ETC., AS PROVIDED BY THE GRAPHICAL USER INTERFACE. SYSTEMS THAT REQUIRE DIFFENT VIEWS OR THAT REQUIRE DIFFERENT MEANS OF INTERACTING WITH OBJECTS SUCH AS SCHEDULES, OR LOGS, ARE NOT ACCEPTABLE. 46. CENTRAL SERVER COMPATIBLE TO CONTROLS AND VENDORS OPERATING SOFTWARE SHALL BE PROVIDED. SERVER SHALL SUPPORT NETWORK AREA CONTROLLERS (NAC) CONNECTED TO CUSTOMER'S NETWORK WHETHER LOCAL OR REMOTE. 47. LOCAL CONNECTIONS SHALL BE VIA ETHERNET LAN. REMOTE CONNECTIONS SHALL BE VIA NORTH PORT'S WIDE AREA NETWORK (WAN). 48. PROVIDE ACCESS TO NETWORK AREA CONTROLLERS VIA SINGLE CONNECTION TO SERVER. EACH NETWORK AREA CONTROLLER SHALL BE ACCESSED FROM REMOTE INTEGRATED DEVELOPMENT ENVIRONMENT (IDE) OR FROM STANDARD WEB BROWSER (WBI) BY CONNECTING TO THROUGH SERVER. PROVIDE GENERAL, INTUITIVE NAVIGATIONAL PATH FROM SERVER TO NACS. STORE REQUIRED O&M DATA SHEETS, DRAWINGS, HELP FILES, ON SERVER AND LINK FROM EACH NAC WHERE APPLICABLE. 49. IDE SHALL PERFORM SYSTEM PROGRAMMING AND GRAPHIC DISPLAY ENGINEERING AS PART OF COMPLETE SOFTWARE PACKAGE. ACCESS TO PROGRAMMING FUNCTIONS AND FEATURES OF IDE SHALL BE THROUGH PASSWORD ACCESS AS ASSIGNED BY SYSTEM ADMINISTRATOR. 50. PALETTE OF CONTROL, APPLICATION, AND GRAPHIC COMPONENTS SHALL ENABLE CREATION OF APPLICATIONS AND USER INTERFACE SCREENS. APPLICATIONS ARE CREATED BY SELECTING DESIRED CONTROL COMPONENTS FROM PALETTE, DRAGGING OR PASTING THEM ON SCREEN, AND LINKING THEM TOGETHER USING BUILT IN GRAPHICAL CONNECTION TOOL. COMPLETED APPLICATIONS MAY BE STORED IN PALETTE FOR FUTURE USE. IDE SCREENS SHALL BE SIMILARLY CREATED. DATA FOR USER DISPLAYS IS OBTAINED BY GRAPHICALLY LINKING USER DISPLAY COMPONENTS TO APPLICATION COMPONENTS TO PROVIDE REAL-TIME DATA UPDATES. REAL-TIME DATA VALUE OR COMPONENT PROPERTY MAY BE CONNECTED TO DISPLAY ITS CURRENT VALUE ON USER DISPLAY. SYSTEMS REQUIRING A SEPARATE SOFTWARE TOOL TO CREATE APPLICATIONS AND BROWSER USER INTERFACE DISPLAYS IS NOT ACCEPTABLE. 51. STANDARD PALETTE OF COMPONENTS SHALL BE INCLUDED FOR DEVELOPMENT AND SETUP OF APPLICATION LOGIC, USER INTERFACE DISPLAYS, SYSTEM SERVICES, AND COMMUNICATION NETWORKS. 52. COMPONENTS IN PALETTE SHALL BE CAPABLE OF BEING COPIED AND PASTED INTO USER'S DATABASE AND SHALL BE ORGANIZED ACCORDING TO FUNCTION. USER SHALL BE ABLE TO CREATE AND GROUP COMPONENTS IN APPLICATION AND STORE NEW COMPONENTS IN USER-DEFINED PALETTE. 53. SUPPLIER OF THE SYSTEM SHALL MAINTAIN ON-LINE ACCESSIBLE (OVER THE INTERNET) PALETTE, AVAILABLE TO REGISTERED USERS TO PROVIDE NEW OR UPDATED COMPONENTS AND APPLICATIONS. 54. CONTROL COMPONENTS SHALL CONFORM TO CONTROL COMPONENT SPECIFIED IN THE BACNET SPECIFICATIONS. 55. MANUFACTURER OF HARDWARE AND SOFTWARE COMPONENTS SHALL BE PRIMARILY ENGAGED IN MANUFACTURE OF BAS FOR FIVE (5) CONSECUTIVE YEARS. 56. MANUFACTURER SHALL BE ISO 9001:2000 CERTIFIED. CORPORATE QUALITY ASSURANCE POLICIES SHOULD BE AVAILABLE FOR EXAMINATION UPON REQUEST BY THE OWNER OR HIS AGENT. 57. MANUFACTURER OF HARDWARE AND SOFTWARE COMPONENTS SHALL HAVE TECHNICAL SUPPORT GROUP ACCESSIBLE VIA A TOLL-FREE NUMBER STAFFED WITH QUALIFIED PERSONNEL, CAPABLE OF PROVIDING INSTRUCTION AND TECHNICAL SUPPORT SERVICE FOR NETWORKED CONTROL SYSTEMS. . PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 1" = 1'-0"5/30/20258:26:47AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM001 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL SPECIFICATIONS 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 82 of 111 125 Kimley»>Horn T GYMNASIUM 100 CHANGING ROOM 101 CHANGING ROOM 102 STAFF BREAKROOM 103 ELEC. 104 TELECOM. 105 STAIR 106 MULTIPURPOSE ROOM 107 STORAGE 108 LOBBY 115 ELEV 112 ELEV. MECH. 110 MEN RESTROOM 111 LOBBY VESTIBULE 114 WOMEN RESTROOM 117 LOBBY STAIR 118 CONTROL DESK 120 JANITOR 119 VENDING 000 HALL 122 ACTIVITY ROOM 123 ARTS & CRAFTS 124 STORAGE 126 STORAGE 125 STAIR 127 GYM EQUIP. STOR. 128 (TYP.) 3 (TYP.) 3 4 (E)_EDH-20KW (TYP.) 3 (TYP.) 3 (E)_RTU-3 (E)_OAU-3 1 2 ELECT. CLOSET 219 STORAGE ROOM 218 STAIR 217 COMPUTER/EDUCATION ROOM 216 EAST HALL 214 RECREATION OFFICES 213 LOBBY 209 JANITOR 210 ELEV 112WOMEN REST. 212 VEST 211 VEST. 208 MEN RESTROOM 207 LOBBY STAIR 204 WEST HALL 205 RECREATION ROOM 202 STORAGE 203 FITNESS OFFICE 200A WELLNES/FITNESS 200 STAIR 201 MEN RESTROOM 207 MECH CHASE 206A MECH CHASE 210 MECH CHASE 206 T (E)_EDH-15 KW4 (TYP.) 3 (TYP.) 3 (TYP.) 3 5 (TYP.) 3 (TYP.) 3 (E)_EDH-25KW 6 (E)_EDH-15KW (E)_EDH-25_KW 7 8 9 (TYP.) 3 (TYP.) 3 1.ALL DUCTWORK ON PLANS SHALL BE DEMOLISHED AS INDICATED. OWNER SHALL HAVE FIRST RIGHT OF REFUSAL. 2.CONTRACT SHALL REUSE ALL 2X2 LAY-IN CEILING GRILLES WHERE ACCEPTABLE. 3.ALL DUCTWORK BEING REUSED SHALL BE INSPECTED, CLEANED, AND PATCHED WHERE NECESSARY. 4.ANY DAMPERS LOCATED ABOVE HARD CEILING SHALL BE PROVIDED WITH NEW CABLE ACTUATED DAMPERS SIMILIAR TO YOUNG REGULATOR 270-275. 5.ALL EXHAUST AIR DUCTWORK SHALL BE SEAL CLASS-A. PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 GENERAL NOTES As indicated 5/30/20258:26:59AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM100 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL DUCTWORK DEMO FLOOR PLANS 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 KEYNOTES 1 EXISTING EQUIPMENT TO REMAIN. SHOWN FOR INFORMATION/ COORDINATION ONLY. 2 CONTRACTOR TO SAFELY REMOVE EXISTING REFRIGERANT FROM EQUIPMENT IN COMPLIANCE WITH EPA REGULATIONS (40 CFR, PART 82, SUBPART F) UTILIZING EPA CERTIFIED TECHNICIAN. 3 EXISTING DUCTWORK TO REMAIN, SHOWN FOR INFORMATION/COORDINATION ONLY 4 EXISTING ELECTRIC DUCT HEATER TO REMAIN, SHOWN FOR INFORMATION/ COORDINATION ONLY. 5 REMOVE EXISTING DUCTWORK AND EXISTING EDH TO THE EXTENT REQUIRED TO INSTALL NEW OAU. REFER TO NEW WORK FOR SCOPE. 6 DEMO OUTSIDE AIR DUCTWORK FROM MOTORIZED DAMPER BACK TO OAU ON ROOF. 7 EXISTING OAU AND CURB TO BE REMOVED. CAP ROOF OPENINGS AND DUCT CONNECTIONS WEATHER TIGHT TEMPORARILY UNTIL NEW UNIT AND CURB ARE INSTALLED. CAP POWER AND CONTROLS FOR REUSE WITH NEW OAU. 8 EXISTING ROOF DRAIN TO REMAIN, SHOWN FOR INFORMATION/ COORDINATION ONLY. 9 EXISTING 60 KW ELECTRIC DUCT HEATER TO BE ABANDONED IN PLACE. 1/8" = 1'-0" LEVEL 01- Ductwork - Demo1 1/8" = 1'-0" LEVEL 02- Ductwork - Demo2 83 of 111 126 (E)_RTU-1 (E)_OAU-1 (E)_RTU-2 (E)_EF-4 (E)_EF-5 (E)_EF-1 (E)_OAU-2 1 1 2 3 3 3 4 4 5 5 5 5 6 7 6 1.ALL DUCTWORK ON PLANS SHALL BE DEMOLISHED AS INDICATED. OWNER SHALL HAVE FIRST RIGHT OF REFUSAL. 2.CONTRACT SHALL REUSE ALL 2X2 LAY-IN CEILING GRILLES WHERE ACCEPTABLE. 3.ALL DUCTWORK BEING REUSED SHALL BE INSPECTED, CLEANED, AND PATCHED WHERE NECESSARY. 4.ANY DAMPERS LOCATED ABOVE HARD CEILING SHALL BE PROVIDED WITH NEW CABLE ACTUATED DAMPERS SIMILIAR TO YOUNG REGULATOR 270-275. 5.ALL EXHAUST AIR DUCTWORK SHALL BE SEAL CLASS-A. PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 GENERAL NOTES As indicated 5/30/20258:27:03AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM101 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL DUCTWORK DEMO ROOF PLAN 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 KEYNOTES 1 CONTRACTOR TO SAFELY REMOVE EXISTING REFRIGERANT FROM EQUIPMENT IN COMPLIANCE WITH EPA REGULATIONS (40 CFR, PART 82, SUBPART F) UTILIZING EPA CERTIFIED TECHNICIAN. 2 EXISTING OAU AND CURB TO BE REMOVED. CAP AND INSULATE ROOF OPENINGS AND DUCT CONNECTIONS WEATHER TIGHT. REFER TO SHEET M103 FOR NEW WORK SCOPE. 3 EXISTING EQUIPMENT TO REMAIN. SHOWN FOR INFORMATION/ COORDINATION ONLY. 4 EXISTING SOLAR PANELS LOCATED IN THE OUTLINED AREA TO REMAIN. SHOWN FOR INFORMATION/COORDINATION ONLY. 5 EXISTING ROOF DRAIN TO REMAIN, SHOWN FOR INFORMATION/ COORDINATION ONLY. 6 EXISTING FAN AND CURB TO BE REMOVED. CAP ROOF OPENINGS AND DUCT CONNECTIONS WEATHER TIGHT TEMPORARILY UNTIL NEW UNIT AND CURB ARE INSTALLED. CAP POWER AND CONTROLS FOR REUSE WITH NEW FAN. 7 EXISTING OAU AND CURB TO BE REMOVED. CAP ROOF OPENINGS AND DUCT CONNECTIONS WEATHER TIGHT TEMPORARILY UNTIL NEW UNIT AND CURB ARE INSTALLED. CAP POWER AND CONTROLS FOR REUSE WITH NEW OAU. 1/8" = 1'-0" ROOF- Ductwork - Demo1 84 of 111 127 1.EXISTING CONDITIONS ARE BASED ON SITE VISIT PERFORMED BY KIMLEY-HORN PERSONNEL. CONTRACTOR TO CONFIRM DIMENSIONS IN FIELD PRIOR TO ORDERING ANY EQUIPMENT OR DUCTWORK. 2.ALL DIFFUSERS LOCATED IN HARD CEILINGS SHALL HAVE REMOTED CABLE ACTUATED DAMPER SIMILIAR TO YOUNG REGULATOR #270-896C. 3.ALL EXHAUST DUCTWORK SHALL BE SEAL CLASS "A". 4.PROVIDE HINGED ACCESS PANELS SIMILIAR TO METROPOLITAN DOOR INDUSTRIES (GFRG) STEALTH ACCESS DOOR, FOR ALL VTUS LOCATED ABOVE HARD CEILINGS. MIN. ACCESS PANEL SIZE SHALL BE 24x24. 5.ALL OUTSIDE AIR AND EXHAUST AIR DUCTWORK ROUTING THROUGH OPEN RETURN AIR PLENUM SHALL BE INSULATED. 6.INSTALL ALL NEW SPACE MOUNTED CO2 SENSORS WITHIN BREATHING ZONE APPROXIMATELY 48" AFF. CO2 CO2 CO2 CO2 CO2 1 2 RG-X 225 CFM (TYP. OF 2) WG-X 60 CFM RG-X 120 CFM (TYP. OF 3) 4 5 T GYMNASIUM 100 CHANGING ROOM 101 CHANGING ROOM 102 STAFF BREAKROOM 103 ELEC. 104 TELECOM. 105 STAIR 106 MULTIPURPOSE ROOM 107 STORAGE 108 LOBBY 115 ELEV 112 ELEV. MECH. 110 MEN RESTROOM 111 LOBBY VESTIBULE 114 WOMEN RESTROOM 117 CONTROL DESK 120LOBBY STAIR 118 HALL 122 VENDING 000 ACTIVITY ROOM 123 STORAGE 121 STORAGE 126 STORAGE 125 ARTS & CRAFTS 124 STAIR 127 GYM EQUIP. STOR. 128 8 9 10 (E) RTU-1 (E)_RTU-3 3 2 2 1 RG-X 95 CFM (TYP. OF 2) RG-X 140 CFM RG-X 65 CFM 6 7 CO2 CO2 CO2 CO2 CO2 T STAIR 201 WELLNES/FITNESS 200 FITNESS OFFICE 200A STORAGE 203 RECREATION ROOM 202 WEST HALL 205LOBBY STAIR 204MECH CHASE 206A MEN RESTROOM 207 VEST. 208 LOBBY 209 ELEV 112 VEST 211 WOMEN REST. 212 MECH CHASE 210 JANITOR 210 EAST HALL 214RECREATION OFFICES 213 COMPUTER/EDUCATION ROOM 216 ELECT. CLOSET 219 STORAGE ROOM 218 STAIR 217 11 8 9 10 12 OAU-3 13 14 (E)_EDH-15 KW (E) RTU-2 15 16 CD-X 480 CFM (TYP. 5) SD17 PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 GENERAL NOTES As indicated 5/30/20258:27:14AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM102 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL DUCTWORK NEW FLOOR PLANS 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 KEYNOTES 1 INSTALL NEW CO2 SENSOR AT RETURN DUCT OPENING. 2 EXISTING ELECTRIC DUCT HEATER TO REMAIN, SHOWN FOR INFORMATION/ COORDINATION ONLY. 3 EXISTING EQUIPMENT TO REMAIN. SHOWN FOR INFORMATION/ COORDINATION ONLY. 4 111 MEN RESTROOM, EXHAUST CFM CALCULATED BASED ON 4 TOILETS AND 3 URINALS. EXHAUST QUANTITIES UTILIZED ARE BASED ON FBC-MECHANICAL 2023. 5 117 WOMEN RESTROOM, EXHAUST CFM CALCULATED BASED ON 9 TOILETS. EXHAUST QUANTITIES UTILIZED ARE BASED ON FBC-MECHANICAL 2023. 6 212 WOMEN RESTROOM, EXHAUST CFM CALCULATED BASED ON 3 TOILETS AND 2 SHOWERS. EXHAUST QUANTITIES UTILIZED ARE BASED ON FBC-MECHANICAL 2023. 7 207 MEN RESTROOM, EXHAUST CFM CALCULATED BASED ON 1 TOILET, 1 URINAL, AND 2 SHOWERS. EXHAUST QUANTITIES UTILIZED ARE BASED ON FBC-MECHANICAL 2023. 8 CONTROLS CONTRACTOR TO TIE EXISTING EDH INTO NEW BMS. REFER TO CONTROLS FOR SCOPE. 9 EXISTING RETURN AIR MOTORIZED DAMPER SHALL BE LOCKED INTO THE 100% OPEN POSITION AND ABANDONED IN PLACE. 10 EXISTING EXHAUST MOTORIZED DAMPER SHALL BE ABANDONED IN PLACE. CONTRACTOR SHALL PROVIDE A SHEET METAL CAP OVER THE OPENING TO THE CEILING PLENUM. 11 CONTROLS CONTRACTOR TO ADD BACNET CARD TO UNIT AND TO TIE EXISTING RTU INTO NEW BMS. REFER TO CONTROLS FOR SCOPE. 12 INSTALL NEW OAU IN LOCATION INDICATED. PROVIDE NEW ROOF CURB TO ACCOMMODATE NEW EQUIPMENT. ROOF CURBS SHALL BE MINIMUM 8" ABOVE FINISHED ROOF. ATTACH ROOF CURB TO DECK AND UNIT ROOF CURB IN ACCORDANCE WITH MANUFACTURERS REQUIREMENTS TO MAINTAIN HURRICANE RATING. CONTRACTOR SHALL PROVIDE PICTURES OF ROOF CURB ATTACHED TO DECK PRIOR TO PATCHING ROOF INDICATING COMPLIANCE WITH MANUFACTURER REQUIRED TIE DOWN TO MEET MIAMI DADE COUNTY HURRICANE REQUIREMENTS. 13 ROUTE 1" PVC CONDENSATE LINE TO NEAREST ROOF DRAIN. REFER TO MECHANICAL DETAILS FOR INFORMATION ON TRAP. 14 TURN ON DISCONNECTS ON RTU'S AT COMPLETION OF SCOPE. 15 CONTRACTOR SHALL PROVIDE FULL SIZE DUCT CONNECTION AT UNIT TRANSITION TO EXISTING DUCT CONNECTION. PROVIDE EXTERIOR RIGID INSULATION AND COATING. 16 CONTRACTOR SHALL REPAIR ROOF AND INSULATION. WORK SHALL BE PERFORMED BY A BONDED ROOFING COMPANY AS TO NOT COMPROMISE THE EXISTING ROOF WARRANTY. 17 REMOVE EXISTING DUCT MOUNTED SMOKE DETECTOR AND INSTALL NEW IN LOCATION INDICATED, EXTEND WIRING AS REQUIRED. 1/8" = 1'-0" LEVEL 01- Ductwork-New1 1/8" = 1'-0" LEVEL 02- Ductwork-New2 85 of 111 128 1.EXISTING CONDITIONS ARE BASED ON SITE VISIT PERFORMED BY KIMLEY-HORN PERSONNEL. CONTRACTOR TO CONFIRM DIMENSIONS IN FIELD PRIOR TO ORDERING ANY EQUIPMENT OR DUCTWORK. 2.ALL DIFFUSERS LOCATED IN HARD CEILINGS SHALL HAVE REMOTED CABLE ACTUATED DAMPER SIMILIAR TO YOUNG REGULATOR #270-896C. 3.ALL EXHAUST DUCTWORK SHALL BE SEAL CLASS "A". 4.PROVIDE HINGED ACCESS PANELS SIMILIAR TO METROPOLITAN DOOR INDUSTRIES (GFRG) STEALTH ACCESS DOOR, FOR ALL VTUS LOCATED ABOVE HARD CEILINGS. MIN. ACCESS PANEL SIZE SHALL BE 24x24. 5.ALL OUTSIDE AIR AND EXHAUST AIR DUCTWORK ROUTING THROUGH OPEN RETURN AIR PLENUM SHALL BE INSULATED. 6.INSTALL ALL NEW SPACE MOUNTED CO2 SENSORS WITHIN BREATHING ZONE APPROXIMATELY 48" AFF. 1 1 (E)_EF-5 EF-4 EF-1 (E)_RTU-1 (E)_RTU-2 2 OAU-1 3 18"x12" OA 4 18"x12"OA5 5 6 7 2 8 24"x16"OA9 10 11 11 SD 12 13 14 14 7 PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 GENERAL NOTES As indicated 5/30/20258:27:19AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM103 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL DUCTWORK NEW ROOF PLAN 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 KEYNOTES 1 EXISTING SOLAR PANELS LOCATED IN THE OUTLINED AREA TO REMAIN. SHOWN FOR INFORMATION/COORDINATION ONLY. 2 INSTALL NEW FAN IN LOCATION INDICATED. PROVIDE NEW CURB TO ACCOMMODATE NEW EQUIPMENT. CONNECT TO EXISTING DUCTWORK, POWER, AND CONTROLS. ROOF CURBS SHALL BE MINIMUM 8" ABOVE FINISH ROOF. ATTACH ROOF CURB TO DECK AND UNIT ROOF CURB IN ACCORDANCE WITH MANUFACTURERS REQUIREMENTS TO MAINTAIN HURRICANE RATING. CONTRACTOR SHALL PROVIDE PICTURES OF ROOF CURB ATTACHED TO DECK PRIOR TO PATCHING ROOF. INDICATING COMPLIANCE WITH MANUFACTURER REQUIRED TIE DOWN TO MEET MIAMI DADE COUNTY HURRICANE REQUIREMENTS. 3 INSTALL NEW OAU IN LOCATION INDICATED. PROVIDE NEW ROOF CURB TO ACCOMMODATE NEW EQUIPMENT. ROOF CURBS SHALL BE MINIMUM 8" ABOVE FINISHED ROOF. ATTACH ROOF CURB TO DECK AND UNIT ROOF CURB IN ACCORDANCE WITH MANUFACTURERS REQUIREMENTS TO MAINTAIN HURRICANE RATING. CONTRACTOR SHALL PROVIDE PICTURES OF ROOF CURB ATTACHED TO DECK PRIOR TO PATCHING ROOF INDICATING COMPLIANCE WITH MANUFACTURER REQUIRED TIE DOWN TO MEET MIAMI DADE COUNTY HURRICANE REQUIREMENTS. 4 CONTROLS CONTRACTOR TO TIE EXISTING EF-5 INTO NEW BMS. REFER TO CONTROLS FOR SCOPE. 5 CONTROLS CONTRACTOR TO ADD BACNET CARD TO UNIT AND TO TIE EXISTING RTU INTO NEW BMS. REFER TO CONTROLS FOR SCOPE. 6 CONTRACTOR SHALL INSTALL DUCTWORK MINIMUM 18" ABOVE FINISHED ROOF TO COMPLY WITH FLORIDA BUILDING CODE TABLE 1510.10. REFER TO MECHANICAL DETAILS FOR MORE INFORMATION. 7 CONTRACTOR SHALL REPAIR ROOF AND INSULATION. WORK SHALL BE PERFORMED BY A BONDED ROOFING COMPANY AS TO NOT COMPROMISE THE EXISTING ROOF WARRANTY. 8 ROUTE 1" PVC CONDENSATE LINE TO NEAREST ROOF DRAIN. REFER TO MECHANICAL DETAILS FOR INFORMATION ON TRAP. 9 REPLACE DOOR GASKET SEALS AND CAP ANY OPENINGS ON RTU-1. 10 CONTRACTOR SHALL REMOVE INOPERABLE EXISTING OUTSIDE AIR DAMPER. 11 TURN ON DISCONNECTS ON RTU'S AT COMPLETION OF SCOPE. 12 PROVIDE DUCTWORK SUPPORTS EVERY 8'-0" ON CENTER. REFER TO DETAIL FOR MORE INFORMATION. 13 REMOVE EXISTING DUCT MOUNTED SMOKE DETECTOR AND INSTALL NEW IN LOCATION INDICATED, EXTEND WIRING AS REQUIRED. 14 INSTALL NEW MOTORIZED DAMPER AND AIRFLOW MONITORING STATION (AFMS) TO RTU. INSTALL AFMS WITH MANUFACTURER REQUIRED STRAIGHT DUCT UPSTREAM AND DOWNSTREAM. MOTORIZED DAMPER AND AFMS SHALL BE RATED FOR OUTDOOR INSTALLATION. AFMS SHALL BE SUPPLIED WITH NEMA 4 HOUSING SIMILAR TO RUSKIN TDP05K. CABLES AND CONDUIT SHALL BE MOISTURE RESISTANT AND OUTDOOR RATED. 1/8" = 1'-0" ROOF-Ductwork-New1 86 of 111 129 EXHAUST FAN ATTACH FAN TO CURB PER MANUFACTURERS REQUIREMENTS BACKDRAFT DAMPER SET CURB ON DECKING & SECURE AS REQUIRED FRAMING AS REQUIRED DUCTWORKCONDUIT ROOFING INSULATION DECKING SINGLE PLY MEMBRANE ROOFING & FLASHING FULLY ADHERED (TYP.) 8" 14" 5" 2 3/8" EXISTING ROOF STRUCTURE NOTES: 1. VERIFY EXISTING ROOF DECKING, INSULATION & MAKE ADJUSTMENTS AS NECESSARY 2. VERIFY EXACT ROOF CURB DETAILS WITH EQUIPMENT SUPPLIERS. 3. SHIM ROOF CURB AS NECESSARY AT ROOF DECKING TO SET UNIT LEVEL. UNIT BASE. CLOSED CELL SPONGE CONTINUOUS INSULATOR. SECURE 6" O.C. W/ SQ HD CAP NAILS. RIGID INSULATION - FIELD INSTALLED. REMOVE EXIST. ROOF INSULATION & SET CURB ONTO EXIST. DECKING & SECURE TO DECKING. EXTEND NEW FLASHING TO 4"-6" ON TO DECK. EXISTING ROOF INSULATION (VERIFY). NEW PERLITE CANT STRIP. NEW MANVILLE 5B5 'DYNAFLEX' ROOFING W/ GLASBASE BACKER FELT GALVANIZED FLASHING - FIELD INSTALLED. 2X6 NAILER - FIELD INSTALLED ROUND DUCTWORK CRIMP END AND SEAL AIR TIGHT 60° MAXIMUM RECTANGULAR DUCTWORK DIRECTION OF AIR FLOW RECTANGULAR ELBOW LOW VELOCITY ELBOWS RADIUS ELBOW R=1 1/2 W W 20° MAX. FLOW AIR LOW VELOCITY TRANSITIONS 20° MAX. AIR FLOW FULL RADIUS WHERE POSSIBLE (R=W) 30° ELBOWS 45° MAX. LOW VELOCITY OFFSETS R W R DIVERGING FLOW W DOUBLE THICKNESS TURNING VANES (SEE TURNING VANES DETAIL) MOUNTING PLATE RETURN TUBE NOTES: 1.SMOKE DETECTOR FURNISHED BY FIRE ALARM CONTRACTOR AND MOUNTED BY MECHANICAL CONTRACTOR. 2.INSTALL IN STRICT ACCORDANCE WITH MANUFACTURER'S INSTALLATION INSTRUCTIONS. PROVIDE ACCESS DOOR AT SAMPLING TUBES. 3.DETECTOR TO BE MOUNTED IN MAIN SUPPLY AIR DUCT ( > 2000 CFM) AND RETURN AIR DUCT ( > 15,000 CFM). 4.ELECTRICAL AND FIRE ALARM CONNECTION PROVIDED BY THE ELECTRICAL CONTRACTOR.DUCTHEIGHTDUCT INTAKE TUBE MOUNTING NUTS NEOPRENE GASKET DUCT WIDTH PROTECH SYSTEM SENSOR (OR EQUAL) AIR DUCT DETECTOR AND AIR SAMPLING CHAMBER. (MOUNT ON TOP IF SPACE REQUIRED) UNION DRAIN PAN CASING SLEEVE THREADED CAP, HAND TIGHTENED THREADED CAP WITH 1"Ø HOLE DRILLED IN TOP, HAND TIGHTENED. SLOPE TO DRAIN A BCCONDENSATE DRAIN PIPING DIMENSIONS: A = FULL SIZE OF UNIT DRAIN CONNECTION B ≥1 TIMES FAN SUCTION STATIC PRESSURE C ≤FAN DISCHARGE STATIC PRESSURE PLUS 1 INCH COORDINATE MOUNTING/CURB HEIGHT AS REQUIRED TO PROVIDE PROPER CONDENSATE DRAINAGE COOLING COILθTYPE RE 1 RADIUS ELL LWW OFFSET TYPE 3 - RADIUSED θCONCENTRIC TRANSITION θ MAX = 45° DIVERGING, 60° CONVERGING WW θL OFFSET TYPE 2 - MITERED •FOR L < X, MAX ANGLE 15° •FOR X < L < 2X, MAX ANGLE 30° •FOR 2XL < L < 3X, MAX ANGLE 45° •FOR L > 3X, NO ANGLE RESTRICTION (STANDARD ELBOWS GOVERN)θECCENTRIC TRANSITION θ MAX = 30° TYPICAL RECTANGULAR TRANSITIONS 45° L = 1/4 W MINIMUM 4" W BRANCH DUCT OR RUNOUT MANUAL DAMPER (LOW PRESS ONLY) TYPICAL RECTANGULAR BRANCH MAIN DUCT AIRFLOWX X RTYPE RE 1 - RADIUS •TYPE RE 1 RADIUS ELLS SHALL BE USED IN ALL LOCATIONS WHERE SPACE PERMITS •NOT RESTRICTED TO 90° - USE FOR ALL ANGLES •LONG RADIUS (>1500 FPS): CENTERLINE RADIUS (R) = 2(X) •STANDARD (1000 - 1500 FPS): CENTERLINE RADIUS (R) = 1.5(X) •SHORT RADIUS (<1000 FPS): CENTERLINE RADIUS (R) = (X) TYPE RE 5 - DUAL RADIUS R1 = (X+Y)/2 R2 = X+Y X YR1R2 X X Y Y 20° MAX. EQUAL TYPICAL ELBOWS SEE DETAIL MANUAL VOLUME DAMPER (TYP.) X X1 Y Y1 W TYPICAL ELBOWS SEE DETAIL MANUAL VOLUME DAMPER (TYP. LOW PRESSURE ONLY) TRANSITION X1 = W*(X/(X+Y)) Y1 = W*(Y/(X+Y)) X X TYPE RE 2 - SQUARE THROAT TYPE RE 6 - MITERED X X θTYPICAL MITERED RECTANGULAR DUCT ELBOWS •FOR USE ONLY WHERE SPACE DOES NOT PERMIT USE OF A RADIUSED ELL •NOT RESTRICTED TO 90° - USE FOR ALL ANGLES •PROVIDE DOUBLE THICKNESS VANES PER SMACNA DUCT CONSTRUCTION STANDARDS •VANES SHALL BE UTILIZED IN ALL SUPPLY DUCT MITERED ELLS GREATER THAN 45° WHEN VELOCITY EXCEEDS 750 FPS •FOR VERY LOW VELOCITY (<750 FPS) VANES MAY BE OMITTED •SEE SPECIFICATIONS FOR REQUIREMENTS FOR TURNING VANES IN RETURN AND EXHAUST DUCTS EQUAL TYPICAL ELBOWS SEE DETAIL X X Y Y 20° MAX TRANSITION TYPICAL 90° RECTANGULAR TEES X1 = W*(X/(X+Y)) Y1 = W*(Y/(X+Y)) MANUAL VOLUME DAMPER (TYP. LOW PRESSURE ONLY) X Y X1 Y1 W TYPICAL ELBOWS SEE DETAIL NOTE: MANUAL VOLUME DAMPER REQUIRED WHERE BRANCH SERVES MULTIPLE DIFFUSERS / GRILLES. D 45° ROUND BRANCH DUCT OR RUNOUT MANUAL DAMPER (LOW PRESS ONLY) L = 1/4 D MIN. 6" MAIN DUCT AIRFLOWTYPICAL ROUND BRANCH ON RECTANGULAR MAIN - 45° ENTRY TYPICAL ROUND BRANCH ON RECTANGULAR MAIN - CONICAL L = 1/4 D MIN. 6" D+2"D ROUND BRANCH DUCT OR RUNOUT MANUAL DAMPER (LOW PRESS ONLY) MAIN DUCT TYPICAL ROUND BRANCH FROM ROUNT/FLAT OVAL - CONICAL L = 1/4 D MIN. 6" MANUAL DAMPER (LOW PRESS ONLY) D ROUND BRANCH DUCT OR RUNOUT D+2"ROUND OR FLAT OVAL MAIN DUCT TYPICAL ROUND BRANCH FROM ROUNT/FLAT OVAL - 45° LATERAL ROUND OR FLAT OVAL MAIN DUCT ROUND BRANCH DUCT SUPPLYAIRFLOWMANUAL DAMPER (LOW PRESS ONLY) 45° LATERAL TEE 45° RADIUS ELL RADIUS ELL D D R•RADIUS ELLS SHALL BE USED IN ALL LOCATIONS WHERE SPACE PERMITS •NOT RESTRICTED TO 90° - USE FOR ALL ANGLES •LONG RAQDIUS (>1500 FPS): CENTERLINE RADIUS (R)=2(D) •STANDARD RADIUS (1000-1500 FPS): CENTERLINE RADIUS (R=1.5(D) •SHORT RADIUS (<1000 FPS): CENTERLINE RADIUS (R)=(D) TYPICAL CONCENTRIC REDUCER A B L L=A-B (MIN. 6") TYPICAL ECCENTRIC REDUCER L=2X(A-B) (MIN. 6") L A B RIGID R-8 INSULATION SLOPE TOP OF DUCTWORK FROM PEAK AT 10 DEGREES FROM HORIZONTAL DOUBLE WALL GALVANIZED STEEL DUCTWORK, SEALED WATERTIGHT SECTIONAL VIEW THROUGH TYPICAL ROOFTOP DUCTWORK 10° BUILD UP INSULATION TO CREATE SLOPE NON INSULATED DUCTWORK SHALL HAVE SLOPE WEATHER PROOF JACKET INSULATION ANGLE IRON 2"x2"x1/2" UP TO 36" LONG DUCT DIMENSIONS OVER 36"x2-1/2"x2-1/2" 6"x6"x%%154" WELD ANGLE TO BASE PLATE 18"MINFINISHED ROOF SURFACE CONCRETE ANCHOR BASE PLATE WITH EXPANSION BOLTS SQUARE CLOSURE PLATE STOP WELDED TO ANGLE IRON FRAME FLASHING ROOF CEMENT PITCH POCKET BY GENERAL CONTRACTOR SHEET METAL DUCT DUCT OVER 36" USE TOP ANGLE PROVIDE GUY WIRES TO SLAB FOR HURRICANE SUPPORT. FASTEN DUCT TO ANGLE IRON W/ CADMIUM OR STAINLESS STEEL METAL SCREWS MIN 3" PER SICE MAX. 18" ON CENTER OVER 36" WIDE ADD TOP ANGLE PROVIDE HURRICANE TIE DOWN TYP. PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 As indicated 5/30/20258:27:26AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM200 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL DETAILS 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 N.T.S ROOF MOUNTED EXHAUST FAN7 N.T.S ROOF CURB DETAIL2 N.T.S RECTANGULAR TO ROUND DUCT DETAIL4 N.T.S DUCT TRANSITION DETAILS3 1/8" = 1'-0" DUCT MOUNTED SMOKE DETECTOR9 1/8" = 1'-0" CONDENSATE DRAIN PIPING DETAIL8 12" = 1'-0" TYPICAL RECTANGULAR DUCT FITTING CONSTRUCTION5 12" = 1'-0" TYPICAL ROUND DUCT FITTING CONSTRUCTION6 N.T.S SUPPORT AND INSULATION FOR ROOF MOUNTED DUCTWORK1 87 of 111 130 DP-1 OUTSIDE AIR SUPPLY AIR TO RTU-2 PRE-FILTER D-1 ACT DX COOLING COIL SP SUPPLY FAN SUCTION PRESSURE SWITCH SP SUPPLY FAN DISCHARGE PRESSURE SWITCH SPACE SENSORS OUTSIDE AIR DAMPER AO H H-OAT-OA T AI AI AFMS AI AFMS-1 DI DP-2 FINAL-FILTER DI T AI T-1 VFDAI AO DI DO SD SMOKE DETECTOR BY DIV 26. AHU > 2000 CFM T AI H AI CO2 AI SMOKE DAMPER (IF APPLICABLE) ACT FIRE ALARM SYSTEM C DO WIRE TO START AHU C DO WIRE TO START INTERLOCKED EXHAUST FANS EF-1 & EF-4 CCL-1 DP AI DUCT STATIC PRESSURE SENSOR DP-3 SEQUENCE OF OPERATION GENERAL: OAU-1 IS A SELF CONTAINED 100% OUTSIDE AIR UNIT ROOFTOP DX AIR HANDLING UNIT (OAU) WITH A VARIABLE VOLUME FAN SYSTEM. UNIT SHALL BE PROVIDED WITH A FACTORY MOUNTED CONTROL PANEL, VFD AND CONTROL DEVICES THAT ARE INTEGRATED WITH THE BUILDING MANAGEMENT SYSTEM (BMS) VIA A BACNET OR LONWORKS INTERFACE CARD (PRIOR TO ORDERING, COORDINATE WITH BUILDING BMS PROVIDER). BMS SYSTEM SHALL PROVIDE DISCHARGE AIR TEMP SETPOINT, DUCT STATIC PRESSURE SETPOINT, AND OUTSIDE AIRFLOW SETPOINTS TO THE OAU UNIT CONTROLLER. OAU CONTROLLER SHALL CONTROL SUPPLY FAN OPERATION, STAGING OF COMPRESSORS, CONDENSING FANS, AND OTHER RELATED COMPONENTS TO MEET SUPPLY AIR TEMP SETPOINT PROVIDED BY THE BMS. THE FOLLOWING POINTS SHALL BE MAPPED OVER FROM THE OAU CONTROLLER TO THE BMS: •UNIT STATUS •UNIT START/STOP POSITION •OUTSIDE AIR TEMP (T-OA) •OUTSIDE AIR HUMIDITY (H-OA) •SUPPLY AIR TEMP (T-SA, T-1, T-2,T-3) •DUCT STATIC PRESSURE READING (DP-3) •SUPPLY FAN STATUS •SUPPLY FAN VFD SPEED •SUPPLY FAN AMPS •COMPRESSOR STAGES •ALARM(S) THE FOLLOWING POINTS SHALL BE INPUTS FROM THE BMS TO THE OAU UNIT CONTROLLER: •START/STOP COMMAND •STATIC PRESSURE SETPOINT •SUPPLY AIR TEMP SETPOINT •OUTSIDE AIRFLOW SETPOINT OAU SHALL BE AUTOMATICALLY ENABLED BY THE BMS START/STOP RELAY WHEN IN "AUTO" POSITION AT THE SUPPLY FAN'S VFD OR MANUALLY WHEN IN "HAND". WHEN SCHEDULED "ON" BY THE BMS, THE UNIT CONTROLLER SHALL ENERGIZE THE SUPPLY FAN VFD AND THE SUPPLY FAN SHALL RUN CONTINUOUSLY. UPON PROOF OF UNIT OPERATION (VIA THE SUPPLY FAN CURRENT SWITCH), THE CONTROLS SHALL BE ENABLED. SUPPLY FAN CONTROL: •THE SUPPLY FAN SHALL RUN CONTINUOUSLY PROVIDED ALL SAFETY CONTROLS ARE IN THE NORMAL POSITION. •THE SUPPLY FAN SHALL BE STARTED/STOPPED DURING OCCUPIED/UNOCCUPIED PERIODS BY THE BMS ACCORDING TO THE SCHEDULING AND SEQUENCING. •PROVIDE AND ADJUSTABLE PID LOOP WHICH WILL MODULATE THE SUPPLY FAN VFD TO MAINTAIN A DUCT STATIC DIFFERENTIAL PRESSURE (DP) SETPOINT. ENABLE THIS LOOP ONLY AFTER STARTUP OF THIS UNIT TO ENSURE THAT THE VFD STARTS IN AN UNLOADED CONDITION AND SLOWLY RAMPS TO REQUIRED SPEED. SHOULD THE DATA LOOP BE LOST OR THE DP SENSOR FAIL, THE BMS SHALL DRIVE THE VFD TO 50% SPEED. •DUCT STATIC DP SETPOINT SHALL BE DETERMINED DURING TEST AND BALANCE. CONTROLS CONTRACTOR AND TEST AND BALANCE (TAB) CONTRACTOR SHALL COORDINATE THIS WORK. •STATIC DP SETPOINT RESET: •THE DP SETPOINT SHALL BE RESET BETWEEN A MINIMUM AND MAXIMUM SETPOINT BASED UPON VAV DAMPER POSITIONS. •THE BMS SHALL POLL THE DAMPER POSITIONS OF ALL VAV BOXES CONNECTED TO THE AHU SYSTEM. THE VAV BOX WITH THE HIGHEST % OPENING SHALL BE CONSIDERED THE CRITICAL ZONE (CZ). BMS OPERATOR SHALL HAVE THE CAPABILITY OF REMOVING ANY VAV BOX FROM THIS POLLING VIA A TOGGLE BUTTON ON THE GRAPHIC. •DP SETPOINT DETERMINED DURING TAB FOR THE SYSTEM BALANCING SHALL BE THE DEFAULT DP SETPOINT. •DP SETPOINT MAX SHALL INITIALLY BE SET TO 25% GREATER THAN DEFAULT SETPOINT DETERMINED DURING TAB AND BE ADJUSTABLE ON THE FRONT END GRAPHIC. •DP SETPOINT MINIMUM SHALL INITIALLY BE SET TO 50% LESS THAN DEFAULT SETPOINT DETERMINED DURING TAB AND BE ADJUSTABLE ON THE FRONT END GRAPHIC. •IF CZ > 95% (ADJ) OPEN FOR MINIMUM OF 5 MINTUES (ADJ), THEN DP RESETS UP 0.1" W.C. •IF CZ < 85% (ADJ) OPEN FOR MINIMUM OF 5 MINUTES (ADJ), THEN DP RESETS DOWN 0.1" W.C. •RESET UP/DOWN REPEATS UNTIL MINIMUM OR MAXIMUM SETPOINTS ARE REACHED. •PROVIDE AN ENABLE/DISABLE TOGGLE ON GRAPHIC FOR THIS RESET SEQUENCE. IF DISABLED, DP SETPOINT SHALL BE THE DEFAULT SETPOINT DETERMINED BY TAB. SUPPLY AIR TEMPERATURE CONTROL: (NORMAL OPERATION) THE SUPPLY AIR TEMP SETPOINT SHALL BE CALCULATED BY THE BMS AND PROVIDED TO THE OAU UNIT CONTROLLER AS AN INPUT. THE INITIAL SUPPLY AIR TEMP SETPOINT PRIOR TO ANY RESET SHALL BE 54 DEG F (ADJ). THE OAU UNIT CONTROLLER INTERNAL CONTROLS SHALL STAGE COMPRESSORS, CONDENSER FANS AND ASSOCIATED COMPONENTS TO MEET THIS SUPPLY AIR TEMP SETPOINT. NOTE: TEMPERATURE SENSOR T-4 IS BEING USED FOR MONITORING ONLY. HUMIDITY CONTROL: BMS SHALL POLL SPACE AND RA RELATIVE HUMIDITY SENSORS, THE BMS SHALL SELECT THE HIGHEST READING FOR CONTROL. IF MEASURED RH IS ABOVE 60% RH (ADJ) FOR A MINIMUM OF 5 MINUTES (ADJ), THEN THE SUPPLY AIR TEMP SETPOINT SHALL BE RESET DOWN TO 50 DEG F (ADJ.). UPON SENSING A RA RELATIVE HUMIDITY OF LESS THAN 55% (ADJ.), UNIT AND SUPPLY AIR TEMPERATURE SETPOINT SHALL RETURN TO NORMAL OPERATION. HOT GAS REHEAT CONTROL: THE HOT GAS REHEAT VALVE SHALL BE ENABLED AND MODULATE TO MAINTAIN THE FOLLOWING TEMPERATURE REHEAT SCHEDULE. OUTSIDE AIR TEMPERATURE > 80 DEG, NO REHEAT 80 DEG F < OUTSIDE AIR TEMPERATURE < 75 DEG F, REHEAT TO 55 DEG F 75 DEG F > OUTSIDE AIR TEMPERATURE, REHEAT TO 60 DEG F ELECTRIC HEATING COIL CONTROL: UPON A MEASURED DROP IN OUTSIDE AIR TEMPERATURE (T-OA) BELOW 55 DEG F (ADJ.), UNIT SHALL ENTER HEATING MODE. ONCE IN HEAT MODE AND SUPPLY FAN HAS MODULATED TO SCHEDULED AIRFLOW, THE ELECTRIC HEATING COIL SHALL BE ENABLED. HEATING COIL SCCR CONTROL SHALL BE MODULATED VIA PID LOOP TO A LEAVING COIL TEMP (T-3) OF 70 DEG F. UPON SENSING A RISE IN AMBIENT OUTSIDE AIR TEMPERATURE ABOVE 55 DEG F, THE UNIT SHALL DISABLE THE HEATING COIL AND RETURN TO NORMAL OPERATION. DEMAND CONTROL VENTILATION (DCV): •MAXIMUM AND MINIMUM OA AIRFLOW SETPOINTS SHALL BE TAKEN FROM DRAWING SCHEDULES. •BMS SHALL POLL SPACE CO2 SENSORS. THE BMS SHALL SELECT THE HIGHEST READING SENSOR FOR DCV SEQUENCE. CO2 READINGS SHALL BE TIME AVERAGED BY THE BMS TO ELIMINATE SHORT SPIKES IN READINGS. •AIRFLOW MONITORING STATION SHALL MODULATE AIRFLOWS BASED ON PARAMETERS LISTED BELOW. AT NO POINT SHALL THE OAU FALL BELOW THE MINIMUM REQUIRED AIR QUANTITY. SHOULD ONE OF THE TWO EXISTING RTUS BE OFFLINE, THE REMAINING ENERGIZED UNIT SHALL RECIEVE THE MAXIMUM AIR QUANTITY. •IF CO2 < 700 PPM (ADJ), THEN OA SETPOINT = MINIMUM •IF CO2 > 1000 PPM (ADJ), THEN OA SETPOINT = MAXIMUM •IF 700 PPM < CO2 < 1000 PPM, THEN OA SETPOINT SHALL RESET LINEARLY BETWEEN MIN AND MAX SETTINGS. •PROVIDE AN ENABLE/DISABLE TOGGLE ON GRAPHIC FOR THE DCV SEQUENCE. IF DISABLED, OA AIR FLOW SETPOINT SHALL DEFAULT TO MAXIMUM SETTING. •IF CO2 SENSOR HAS A READING OF < 350 PPM (ADJ) FOR MORE THAN 5 MINUTES (ADJ), THEN REMOVE SENSOR FROM DCV POLLING AND GENERATE A BMS ALARM INDICATING A FAILING SENSOR. NIGHT SETBACK: DURING NIGHT SETBACK MODE, OA DAMPER IS CLOSED AND ALL EXHAUST FANS ARE OFF. ALARMS SAFETIES: ALARMS SHALL BE INDICATED ON BMS WHEN THE FOLLOWING OCCUR: •UPON ACTIVATION OF A SMOKE DETECTOR, THE AHU SHALL BE SHUT DOWN, SMOKE DAMPERS CLOSED, AND FIRE ALARM SYSTEM TO BE NOTIFIED. •IN THE EVENT ALARM SIGNAL FROM VFD. •IN THE EVENT THAT THE COOLING COIL LEAVING AIR TEMPERATURE (T-SA) IS 3 DEGREES (ADJ) GREATER THAN SETPOINT FOR 10 MINUTES (ADJ). •IN THE EVENT THE SYSTEM DIFFERENTIAL PRESSURE SENSOR SET-POINT IS NOT SATISFIED FOR MORE THAN 10 MIN (ADJ). •IN THE EVENT THAT A SPACE OR RA HUMIDITY READING IS GREATER THAN 65% RH (ADJ) FOR 10 MINUTES (ADJ). •IN THE EVENT THAT SPACE OR RA CO2 READING IS GREATER THAN 1200 PPM (ADJ) FOR 10 MINUTES (ADJ). •IN THE EVENT THAT THE SUPPLY FAN IS GIVEN A RUN SIGNAL AND STATUS IS OFF. •MAP OVER ALL AVAILABLE ALARMS FROM OAU UNIT CONTROLLER. •HIGH AND LOW STATIC PRESSURE SWITCHES SHALL SHUT DOWN UNIT AND SHALL REQUIRE A MANUAL RESET. BMS SHALL GENERATE AN ALARM. LIFE SAFETY: A SMOKE DETECTOR IN THE SUPPLY DUCTS SHALL AUTOMATICALLY ACTIVATE THE FIRE ALARM RELAY WHEN TRIPPED. UPON ACTIVATION OF FIRE ALARM RELAY THE UNIT SHALL SHUT DOWN AND CLOSE ALL SYSTEM FIRE/SMOKE DAMPERS. PROBE STYLE TEMP SENSOR T AI T-4 DESIGN INTENT IS FOR CONTROL COMPONENTS INSIDE DASHED LINE TO BE PROVDIED AS PART OF INTERNAL UNIT CONTROLS PROVIDED BY EQUIPMENT MANUFACTURER. CONTROLS COMPONENTS OUTSIDE OF DASHED LINE ARE TO BE PROVIDED BY THE CONTROLS CONTRACTOR. ANY CONTROL ITEMS INSIDE DASHED LINE THAT ARE NOT PROVIDED WITH UNIT SHALL BE PICKED UP BY THE CONTROLS CONTRACTOR. DAMPER SHALL BE PROVIDED BY RTU MANUFACTURER, ACTUATOR SHALL BE BELIMO. OA AND RA DAMPERS SHALL BE INDIVIDUALLY CONTROLLED, LINKED DAMPERS ARE NOT ACCEPTABLE. AIRFLOW MEASURING STATION SHALL BE INTERNAL TO RTU. HGRH COIL T AI T-2 HCL-1 ELECTRIC HEATING COIL T AI T-3 HCL-2 SUPPLY AIR TO RTU-1 D-2 ACT AO AFMS AI AFMS-2 D-3 ACT AO AFMS AI AFMS-3 REFER TO PLANS FOR LOCATIONS AND QUANTITIES SP STANDALONE OVER PRESSURE SAFETY SET TO 2-1/2" WC (ADJ) C DO WIRE TO START EXHAUST FAN DI CS BACKDRAFT DAMPER GENERAL EXHAUST FAN OPERATION - GENERAL EXHAUST FAN INTERLOCKED WITH OAU-1 •EXHAUST FAN SHALL BE INTERLOCKED WITH AIR HANDLING UNIT (OAU-1) AND SUPPLY FAN STATUS. •ONCE INTERLOCKED AHU SUPPLY FAN IS PROVEN ON AND OUTSIDE AIR DAMPER COMMANDED OPEN, THE BMS SHALL START THE EXHAUST FAN. •EXHAUST FAN STATUS SHALL BE DISPLAYED ON BMS GRAPHICS BASED UPON FEEDBACK FROM CURRENT SWITCH. •IF FAN IS COMMANDED ON VIA BMS AND STATUS IS OFF VIA CURRENT SWITCH, THEN BMS SHALL GENERATE A FAN FAILURE ALARM. C DO WIRE TO START EXHAUST FAN DI CS BACKDRAFT DAMPER GENERAL EXHAUST FAN OPERATION - GENERAL EXHAUST FAN ON BMS SCHEDULE •THERE SHALL BE A VENTILATION SCHEDULE PROGRAMMED IN THE BMS THAT ENABLES THE BUILDING EXHAUST FANS. •FAN IS CONSTANT VOLUME AND RUNS CONTINOUSLY WHEN COMMANDED ON VIA SCHEDULING. •ALL SETPOINTS AND SCHEDULES SHALL BE ADJUSTABLE FROM THE BMS FRONT END. •PROVIDE A CURRENT RELAY FOR DETERMINING EXHAUST FAN OPERATING STATUS. •PROVIDE AN ALARM ON BMS FRONT END IF EXHAUST FAN IS COMMANDED ON AND STATUS IS READING OFF FOR MORE THAN 1 MINUTE (ADJ). THERMOSTAT SD DUCT MOUNTED SMOKE DETECTOR SYMBOL LIST DESCRIPTIONSYMBOL TEMPERATURE SENSORTS DIFFERENTIAL PRESSURE SENSORDP HUMIDISTATH HUMIDITY SENSORHS STATIC PRESSURE SENSORSP FLOW SWITCHFS T CO2 CARBON DIOXIDE SENSOR DIGITAL OUTPUTDO DIGITAL INPUTDI ANALOG OUTPUTAO ANALOG INPUTAI CURRENT SENSORCS AIR FLOW MONITORING STATIONAFMS PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 As indicated 5/30/20258:27:31AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM300 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL CONTROLS 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 N.T.S OAU-1 - CONTROL DIAGRAM1 N.T.S GENERAL EXHAUST FAN INTERLOCKED TO OAU-1 - EF-1, EF-42 12" = 1'-0" EXHAUST FAN INTERLOCKED TO SCHEDULE - EF-53 88 of 111 131 DP-1 OUTSIDE AIR PRE-FILTER D-1 ACT DX COOLING COIL SP SUPPLY FAN SUCTION PRESSURE SWITCH SP SUPPLY FAN DISCHARGE PRESSURE SWITCH SPACE SENSORS OUTSIDE AIR DAMPER AO H H-OAT-OA T AI AI AFMS AI AFMS-1 DI DP-2 FINAL-FILTER DI T AI T-1 VFDAI AO DI DO SD SMOKE DETECTOR BY DIV 26. AHU > 2000 CFM T AI H AI CO2 AI C DO WIRE TO START AHU C DO WIRE TO START INTERLOCKED EXHAUST FANS CCL-1 SEQUENCE OF OPERATION GENERAL: OAU-1 IS A SELF CONTAINED 100% OUTSIDE AIR UNIT ROOFTOP DX AIR HANDLING UNIT (OAU) WITH A VARIABLE VOLUME FAN SYSTEM. UNIT SHALL BE PROVIDED WITH A FACTORY MOUNTED CONTROL PANEL, VFD AND CONTROL DEVICES THAT ARE INTEGRATED WITH THE BUILDING MANAGEMENT SYSTEM (BMS) VIA A BACNET OR LONWORKS INTERFACE CARD (PRIOR TO ORDERING, COORDINATE WITH BUILDING BMS PROVIDER). BMS SYSTEM SHALL PROVIDE DISCHARGE AIR TEMP SETPOINT, DUCT STATIC PRESSURE SETPOINT, AND OUTSIDE AIRFLOW SETPOINTS TO THE OAU UNIT CONTROLLER. OAU CONTROLLER SHALL CONTROL SUPPLY FAN OPERATION, STAGING OF COMPRESSORS, CONDENSING FANS, AND OTHER RELATED COMPONENTS TO MEET SUPPLY AIR TEMP SETPOINT PROVIDED BY THE BMS. THE FOLLOWING POINTS SHALL BE MAPPED OVER FROM THE OAU CONTROLLER TO THE BMS: •UNIT STATUS •UNIT START/STOP POSITION •OUTSIDE AIR TEMP (T-OA) •OUTSIDE AIR HUMIDITY (H-OA) •SUPPLY AIR TEMP (T-SA, T-1, T-2, T-3, T-4) •DUCT STATIC PRESSURE READING (DP-3) •SUPPLY FAN STATUS •SUPPLY FAN VFD SPEED •SUPPLY FAN AMPS •COMPRESSOR STAGES •ALARM(S) THE FOLLOWING POINTS SHALL BE INPUTS FROM THE BMS TO THE OAU UNIT CONTROLLER: •START/STOP COMMAND •STATIC PRESSURE SETPOINT •SUPPLY AIR TEMP SETPOINT •OUTSIDE AIRFLOW SETPOINT OAU SHALL BE AUTOMATICALLY ENABLED BY THE BMS START/STOP RELAY WHEN IN "AUTO" POSITION AT THE SUPPLY FAN'S VFD OR MANUALLY WHEN IN "HAND". WHEN SCHEDULED "ON" BY THE BMS, THE UNIT CONTROLLER SHALL ENERGIZE THE SUPPLY FAN VFD AND THE SUPPLY FAN SHALL RUN CONTINUOUSLY. UPON PROOF OF UNIT OPERATION (VIA THE SUPPLY FAN CURRENT SWITCH), THE CONTROLS SHALL BE ENABLED. SUPPLY FAN CONTROL: •THE SUPPLY FAN SHALL RUN CONTINUOUSLY PROVIDED ALL SAFETY CONTROLS ARE IN THE NORMAL POSITION. •THE SUPPLY FAN SHALL BE STARTED/STOPPED DURING OCCUPIED/UNOCCUPIED PERIODS BY THE BMS ACCORDING TO THE SCHEDULING AND SEQUENCING. •PROVIDE AND ADJUSTABLE PID LOOP WHICH WILL MODULATE THE SUPPLY FAN VFD TO MAINTAIN A DUCT STATIC DIFFERENTIAL PRESSURE (DP) SETPOINT. ENABLE THIS LOOP ONLY AFTER STARTUP OF THIS UNIT TO ENSURE THAT THE VFD STARTS IN AN UNLOADED CONDITION AND SLOWLY RAMPS TO REQUIRED SPEED. SHOULD THE DATA LOOP BE LOST OR THE DP SENSOR FAIL, THE BMS SHALL DRIVE THE VFD TO 50% SPEED. •DUCT STATIC DP SETPOINT SHALL BE DETERMINED DURING TEST AND BALANCE. CONTROLS CONTRACTOR AND TEST AND BALANCE (TAB) CONTRACTOR SHALL COORDINATE THIS WORK. •STATIC DP SETPOINT RESET: •THE DP SETPOINT SHALL BE RESET BETWEEN A MINIMUM AND MAXIMUM SETPOINT BASED UPON VAV DAMPER POSITIONS. •THE BMS SHALL POLL THE DAMPER POSITIONS OF ALL VAV BOXES CONNECTED TO THE AHU SYSTEM. THE VAV BOX WITH THE HIGHEST % OPENING SHALL BE CONSIDERED THE CRITICAL ZONE (CZ). BMS OPERATOR SHALL HAVE THE CAPABILITY OF REMOVING ANY VAV BOX FROM THIS POLLING VIA A TOGGLE BUTTON ON THE GRAPHIC. •DP SETPOINT DETERMINED DURING TAB FOR THE SYSTEM BALANCING SHALL BE THE DEFAULT DP SETPOINT. •DP SETPOINT MAX SHALL INITIALLY BE SET TO 25% GREATER THAN DEFAULT SETPOINT DETERMINED DURING TAB AND BE ADJUSTABLE ON THE FRONT END GRAPHIC. •DP SETPOINT MINIMUM SHALL INITIALLY BE SET TO 50% LESS THAN DEFAULT SETPOINT DETERMINED DURING TAB AND BE ADJUSTABLE ON THE FRONT END GRAPHIC. •IF CZ > 95% (ADJ) OPEN FOR MINIMUM OF 5 MINTUES (ADJ), THEN DP RESETS UP 0.1" W.C. •IF CZ < 85% (ADJ) OPEN FOR MINIMUM OF 5 MINUTES (ADJ), THEN DP RESETS DOWN 0.1" W.C. •RESET UP/DOWN REPEATS UNTIL MINIMUM OR MAXIMUM SETPOINTS ARE REACHED. •PROVIDE AN ENABLE/DISABLE TOGGLE ON GRAPHIC FOR THIS RESET SEQUENCE. IF DISABLED, DP SETPOINT SHALL BE THE DEFAULT SETPOINT DETERMINED BY TAB. SUPPLY AIR TEMPERATURE CONTROL: (NORMAL OPERATION) THE SUPPLY AIR TEMP SETPOINT SHALL BE CALCULATED BY THE BMS AND PROVIDED TO THE OAU UNIT CONTROLLER AS AN INPUT. THE INITIAL SUPPLY AIR TEMP SETPOINT PRIOR TO ANY RESET SHALL BE 54 DEG F (ADJ). THE OAU UNIT CONTROLLER INTERNAL CONTROLS SHALL STAGE COMPRESSORS, CONDENSER FANS AND ASSOCIATED COMPONENTS TO MEET THIS SUPPLY AIR TEMP SETPOINT. NOTE: TEMPERATURE SENSOR T-4 IS BEING USED FOR MONITORING ONLY. HUMIDITY CONTROL: BMS SHALL POLL SPACE AND RA RELATIVE HUMIDITY SENSORS, THE BMS SHALL SELECT THE HIGHEST READING FOR CONTROL. IF MEASURED RH IS ABOVE 60% RH (ADJ) FOR A MINIMUM OF 5 MINUTES (ADJ), THEN THE SUPPLY AIR TEMP SETPOINT SHALL BE RESET DOWN TO 50 DEG F (ADJ.). UPON SENSING A RA RELATIVE HUMIDITY OF LESS THAN 55% (ADJ.), UNIT AND SUPPLY AIR TEMPERATURE SETPOINT SHALL RETURN TO NORMAL OPERATION. HOT GAS REHEAT CONTROL: THE HOT GAS REHEAT VALVE SHALL BE ENABLED AND MODULATE TO MAINTAIN THE FOLLOWING TEMPERATURE REHEAT SCHEDULE. OUTSIDE AIR TEMPERATURE > 80 DEG, NO REHEAT 80 DEG F < OUTSIDE AIR TEMPERATURE < 75 DEG F, REHEAT TO 55 DEG F 75 DEG F > OUTSIDE AIR TEMPERATURE, REHEAT TO 60 DEG F ELECTRIC HEATING COIL CONTROL: UPON A MEASURED DROP IN OUTSIDE AIR TEMPERATURE (T-OA) BELOW 55 DEG F (ADJ.), UNIT SHALL ENTER HEATING MODE. ONCE IN HEAT MODE AND SUPPLY FAN HAS MODULATED TO SCHEDULED AIRFLOW, THE ELECTRIC HEATING COIL SHALL BE ENABLED. HEATING COIL SCCR CONTROL SHALL BE MODULATED VIA PID LOOP TO A LEAVING COIL TEMP (T-3) OF 70 DEG F. UPON SENSING A RISE IN AMBIENT OUTSIDE AIR TEMPERATURE ABOVE 55 DEG F, THE UNIT SHALL DISABLE THE HEATING COIL AND RETURN TO NORMAL OPERATION. DEMAND CONTROL VENTILATION (DCV): •MAXIMUM AND MINIMUM OA AIRFLOW SETPOINTS SHALL BE TAKEN FROM DRAWING SCHEDULES. •BMS SHALL POLL SPACE CO2 SENSORS. THE BMS SHALL SELECT THE HIGHEST READING SENSOR FOR DCV SEQUENCE. CO2 READINGS SHALL BE TIME AVERAGED BY THE BMS TO ELIMINATE SHORT SPIKES IN READINGS. •IF CO2 < 700 PPM (ADJ), THEN OA SETPOINT = MINIMUM •IF CO2 > 1000 PPM (ADJ), THEN OA SETPOINT = MAXIMUM •IF 700 PPM < CO2 < 1000 PPM, THEN OA SETPOINT SHALL RESET LINEARLY BETWEEN MIN AND MAX SETTINGS. •PROVIDE AN ENABLE/DISABLE TOGGLE ON GRAPHIC FOR THE DCV SEQUENCE. IF DISABLED, OA AIR FLOW SETPOINT SHALL DEFAULT TO MAXIMUM SETTING. •IF CO2 SENSOR HAS A READING OF < 350 PPM (ADJ) FOR MORE THAN 5 MINUTES (ADJ), THEN REMOVE SENSOR FROM DCV POLLING AND GENERATE A BMS ALARM INDICATING A FAILING SENSOR. NIGHT SETBACK: DURING NIGHT SETBACK MODE, OA DAMPER IS CLOSED AND ALL EXHAUST FANS ARE OFF. ALARMS SAFETIES: ALARMS SHALL BE INDICATED ON BMS WHEN THE FOLLOWING OCCUR: •UPON ACTIVATION OF A SMOKE DETECTOR, THE AHU SHALL BE SHUT DOWN, SMOKE DAMPERS CLOSED, AND FIRE ALARM SYSTEM TO BE NOTIFIED. •IN THE EVENT ALARM SIGNAL FROM VFD. •IN THE EVENT THAT THE COOLING COIL LEAVING AIR TEMPERATURE (T-SA) IS 3 DEGREES (ADJ) GREATER THAN SETPOINT FOR 10 MINUTES (ADJ). •IN THE EVENT THE SYSTEM DIFFERENTIAL PRESSURE SENSOR SET-POINT IS NOT SATISFIED FOR MORE THAN 10 MIN (ADJ). •IN THE EVENT THAT A SPACE OR RA HUMIDITY READING IS GREATER THAN 65% RH (ADJ) FOR 10 MINUTES (ADJ). •IN THE EVENT THAT SPACE OR RA CO2 READING IS GREATER THAN 1200 PPM (ADJ) FOR 10 MINUTES (ADJ). •IN THE EVENT THAT THE SUPPLY FAN IS GIVEN A RUN SIGNAL AND STATUS IS OFF. •MAP OVER ALL AVAILABLE ALARMS FROM OAU UNIT CONTROLLER. •HIGH AND LOW STATIC PRESSURE SWITCHES SHALL SHUT DOWN UNIT AND SHALL REQUIRE A MANUAL RESET. BMS SHALL GENERATE AN ALARM. LIFE SAFETY: A SMOKE DETECTOR IN THE SUPPLY DUCTS SHALL AUTOMATICALLY ACTIVATE THE FIRE ALARM RELAY WHEN TRIPPED. UPON ACTIVATION OF FIRE ALARM RELAY THE UNIT SHALL SHUT DOWN AND CLOSE ALL SYSTEM FIRE/SMOKE DAMPERS. PROBE STYLE TEMP SENSOR T AI T-4 DESIGN INTENT IS FOR CONTROL COMPONENTS INSIDE DASHED LINE TO BE PROVDIED AS PART OF INTERNAL UNIT CONTROLS PROVIDED BY EQUIPMENT MANUFACTURER. CONTROLS COMPONENTS OUTSIDE OF DASHED LINE ARE TO BE PROVIDED BY THE CONTROLS CONTRACTOR. ANY CONTROL ITEMS INSIDE DASHED LINE THAT ARE NOT PROVIDED WITH UNIT SHALL BE PICKED UP BY THE CONTROLS CONTRACTOR. DAMPER SHALL BE PROVIDED BY RTU MANUFACTURER, ACTUATOR SHALL BE BELIMO. OA AND RA DAMPERS SHALL BE INDIVIDUALLY CONTROLLED, LINKED DAMPERS ARE NOT ACCEPTABLE. AIRFLOW MEASURING STATION SHALL BE INTERNAL TO RTU. HGRH COIL T AI T-2 HCL-1 ELECTRIC HEATING COIL T AI T-3 HCL-2 SUPPLY AIR DIRECTLY TO GYM REFER TO PLANS FOR LOCATIONS AND QUANTITIES GENERAL NOTES: 1. SYSTEM MUST UTILIZE HTML5, NO JAVA BASED SYSTEMS WILL BE ACCEPTED. 2. ALL PROGRAMMING TOOLS SHALL RESIDE ON THE FRONT END. 3. FIRE ALARM SYSTEM IS TO BE STAND ALONE FROM BMS. 2. ROUTERS SHOWN ARE TYPICAL AND DIAGRAMMATIC, PROVIDE ADDITIONAL ROUTERS FOR A COMPLETE SYSTEM. 3. TIER 1 CONTROLLERS SHOWN ARE TYPICAL AND DIAGRAMMATIC. PROVIDE ADDITIONAL CONTROLLERS IN ACCORDANCE WITHSPECIFICATIONS FOR A COMPLETE SYSTEM. 4. SYSTEM ARCHITECTURE SHALL OPTIMIZE GRAPHIC REFRESH RATES, TO INSURE SPECIFIED NETWORK SPEED AND REFRESH RATES ARE ACHIEVED. 5. TIER 2 CONTROLLERS SHOWN ARE TYPICAL AND DIAGRAMMATIC. PROVIDE ADDITIONAL CONTROLLERS AND REPEATERS FOR A COMPLETE SYSTEM. 6. PROVIDE NORMAL 120 VAC POWER WITHOUT UPS BACKUP UNLESS OTHERWISE NOTED. 7. ROUTERS SHALL BE LABELED, LOCATED BELOW CEILING, AND IN MECHANICAL OR IDF ROOMS ONLY. 8. PROVIDE GATEWAY INTERFACE'S AS REQUIRED FOR A INTEGRATED SYSTEM. 9. LIGHTING CONTROLS (IF APPLICABLE) ARE STANDALONE. OWNER CAN INTEGRATE IF DESIRED BUT NOT CURRENTLY PART OF THIS PROJECT. TIER 1 TYPICAL CAT6 ROUTER (TYP) TIER 1 CONTROLLER (TYPICAL) TO ADDITIONAL TIER 2 CONTROLLERS TO ADDITIONAL TIER 1 CONTROLLERS EF'S (TYPICAL) FCU'S (TYPICAL) VTU'S (TYPICAL) VFD'S (TYPICAL) REPORT PRINTER NORMAL POWER 120 VAC ROUTER (TYP) TO LOCAL NETWORK/WAN CONNECTION LOCATION TO BE DETERMINED BY OWNER UPS WORKSTATION WEB/FILE SERVER PROVIDE 1-LAPTOP PROVIDE ALL REQUIRED CABLES AND SOFTWARE GENERAL NOTE: 1. WORKSTATION IS EXISTING LOCATED IN 2ND FLOOR OFFICE. CONTRACTOR TO CONFIRM WORKSTATION IS COMPATIBLE. GATEWAY AHUS (TYPICAL) CONTROL NETWORK ARCHITECTURE 1. SYSTEM SHALL BE A WEB-ACCESSIBLE, NATIVE BACnet OPEN PROTOCOL SYSTEM WITH FULL HTML-5 FEATURES & COMPATIBILITY. SYSTEM SHALL BE ACCESSIBLE FROM ANY PC WITH SUITABLE, UP TO DATE INTERNET BROWSER WITHOUT THE USE OF PROPRIETARY SOFTWARE. SYSTEM SHALL HAVE TIERED USER ACCESS FOR DIFFERENT LEVELS OF CONTROL. 2. PROVIDE GRAPHICS FOR FLOOR PLANS. FOR MECHANICAL EQUIPMENT, PROVIDE A QUICK- LOOK SCREEN FOR AN "AT A GLANCE VIEW" FOR ALL EQUIPMENT. 3. PROVIDE NEW MSTP COMMUNICATION TRUNKS FOR ALL BUILDING SYSTEMS. 4. NETWORK AREA CONTROLLER SHALL BE LICENSED TO HANDLE A MINIMUM OF 100 NODES TO ALLOW CONNECTION TO FUTURE BACnet REPLACEMENT CONTROLLERS. ALL GRAPHICS ARE HELD IN NETWORK AREA CONTROLLER AND A COPY OF THE FINAL DATABASE WILL BE HANDED OVER TO THE CAMPUS UPON COMPLETION. NEW BUILDING MANAGEMENT SYSTEM (BMS) SHALL BE EXPANDABLE AND CAPABLE OF CONNECTING EXISTING BUILDING CONTROL SYSTEMS. BACNET MS/TP NEW BACNET ETHERNET THERMOSTAT SD DUCT MOUNTED SMOKE DETECTOR SYMBOL LIST DESCRIPTIONSYMBOL TEMPERATURE SENSORTS DIFFERENTIAL PRESSURE SENSORDP HUMIDISTATH HUMIDITY SENSORHS STATIC PRESSURE SENSORSP FLOW SWITCHFS T CO2 CARBON DIOXIDE SENSOR DIGITAL OUTPUTDO DIGITAL INPUTDI ANALOG OUTPUTAO ANALOG INPUTAI CURRENT SENSORCS AIR FLOW MONITORING STATIONAFMS PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 As indicated 5/30/20258:27:36AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM301 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL CONTROLS 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 N.T.S OAU-3 - CONTROL DIAGRAM1 N.T.S BUILDING MANAGEMENT SYSTEM ARCHITECTURE2 89 of 111 132 RETURN AIR PRE-TREATED OUTSIDE AIR FROM OAU-1 FOR RTU-1 AND RTU-2 ONLY SUPPLY AIR FILTER D-2 ACT H H-1T-1 T DX COOLING COIL SPACE SENSORS OUTSIDE AIR DAMPER AO T AI AI AI T-MA T AI T-CCL DO DI SD SMOKE DETECTOR BY DIV 26. AHU > 2000 CFM T AI C DO WIRE TO START AHU C DO WIRE TO START INTERLOCKED EXHAUST FANS CCL-1 SEQUENCE OF OPERATION GENERAL: EACH UNIT IS EXISTING AND IS A SELF CONTAINED ROOFTOP DX AIR HANDLING UNIT (RTU) WITH A CONSTANT VOLUME FAN SYSTEM. UNIT HAS A FACTORY MOUNTED CONTROL PANEL, DX COOILING COIL, ELECTRIC RESISTANCE DUCT MOUNTED HEATING COIL, AND MOTORIZED DAMPERS. ALL CONTROL DEVICES SHALL BE INTEGRATED WITH THE BUILDING MANAGEMENT SYSTEM (BMS) VIA A NEW BACNET INTERFACE CARD (PRIOR TO ORDERING, COORDINATE WITH BUILDING BMS PROVIDER). BMS SYSTEM SHALL PROVIDE SPACE TEMPERATURE SETPOINT TO THE RTU UNIT CONTROLLER. RTU CONTROLLER SHALL CONTROL SUPPLY FAN OPERATION, STAGING OF COMPRESSORS, CONDENSING FANS, AND OTHER RELATED COMPONENTS TO MEET SPACE TEMP SETPOINT PROVIDED BY THE BAS. THE FOLLOWING POINTS SHALL BE MAPPED OVER FROM THE RTU CONTROLLER TO THE BMS: •UNIT STATUS •UNIT START/STOP POSITION •MIXED AIR TEMP (T-MA) •LEAVING COOLING COIL TEMP (T-CCL) •SUPPLY AIR TEMP (T-SA) •SUPPLY FAN STATUS •COMPRESSOR STAGES •RETURN TEMP •RETURN HUMIDITY •ALARM(S) THE FOLLOWING POINTS SHALL BE INPUTS FROM THE BMS TO THE RTU UNIT CONTROLLER: •START/STOP COMMAND •SPACE TEMP SETPOINT •OUTSIDE AIRFLOW SETPOINT •SPACE TEMP •SPACE HUMIDITY RTU SHALL BE AUTOMATICALLY ENABLED BY THE BMS VIA THE UNIT CONTROLLER BACNET INTERFACE. WHEN SCHEDULED "ON" BY THE BMS, THE UNIT CONTROLLER SHALL ENERGIZE THE SUPPLY FAN AND THE SUPPLY FAN SHALL RUN CONTINUOUSLY. SUPPLY FAN CONTROL: •THE SUPPLY FAN SHALL RUN CONTINUOUSLY PROVIDED ALL SAFETY CONTROLS ARE IN THE NORMAL POSITION. •THE SUPPLY FAN SHALL BE STARTED/STOPPED DURING OCCUPIED/UNOCCUPIED PERIODS BY THE BMS ACCORDING TO THE SCHEDULING AND SEQUENCING. •IN COOLING MODE, THE SUPPLY FAN VFD SHALL BE MODULATED VIA ADJUSTABLE PID LOOP TO MAINTAIN SPACE TEMPERATURE SETPOINT. •IN HEATING MODE, THE SUPPLY FAN VFD SHALL BE MODULATED TO A FIXED HEATING CFM PER DRAWING SCHEDULES. VFD SETTING FOR THIS AIRFLOW SHALL BE DETERMINED DURING TEST AND BALANCE (TAB) AND COORDINATED BETWEEN RESPECTIVE TAB AND CONTROLS CONTRACTORS. SPACE TEMPERATURE CONTROL: •THE RTU UNIT CONTROLLER SHALL RECEIVE THE SPACE TEMPERATURE COOLING AND HEATING SETPOINTS AS INPUTS FROM THE BMS. •COOLING SPACE TEMPERATURE SETPOINT SHALL BE 72 DEG F (ADJ). •HEATING SPACE TEMPERATURE SETPOINT SHALL BE 68 DEG F (ADJ). •IN COOLING MODE THE RTU UNIT CONTROLLER INTERNAL CONTROLS SHALL STAGE COMPRESSORS, CONDENSER FANS AND ASSOCIATED COMPONENTS TO MEET SPACE COOLING TEMP SETPOINT. •IN HEATING MODE THE BMS SHALL STAGE ELECTRIC RESISTANCE HEATING COIL TO MEET SPACE HEATING TEMP SETPOINT. •UNIT SHALL BE IN IDLE MODE WHEN SPACE TEMPERATURE IS BETWEEN THE HEATING AND COOLING SETPOINTS. IN IDEL MODE THE SUPPLY FAN SHALL CONTINUE RUNNING AND AIR BEING SUPPLIED IS NOT CONDITIONED. HUMIDITY CONTROL: BMS SHALL MEASURE SPACE HUMIDITY VIA A SPACE OR RA HUMIDITY SENSOR. IF MEASURED RH IS ABOVE 60% RH (ADJ) FOR A MINIMUM OF 10 MINUTES (ADJ), THEN THE RTU CONTROLLER INTERNAL CONTROLS SHALL STAGE COMPRESSORS, CONDENSER FANS AND ASSOCIATED COMPONENTS TO DROP THE SUPPLY AIR TEMPERATURE TO DRY OUT THE SPACE. AS THE SPACE TEMPERATURE DROPS BELOW SPACE HEATING SETPOINT, THE ELECTRIC RESISTANCE HEATING COIL SHALL BE STAGED TO MAINTAIN HEATING SPACE TEMP SETPOINT. PROVIDE A DEADBAND OF 5% RH (ADJ) FOR DISABLING HUMIDITY CONTROL. UNIT SHALL RESUME NORMAL OPERATION UPOND RELATIVE HUMIDITY DROPPING BELOW 55% RH. OUTSIDE AIR SEQUENCE: REFER TO OAU FOR SEQUENCE OF OUTDOOR AIR. UNIT OA MOTORIZED DAMPER SHALL REMAIN OPEN 100% AT ALL TIMES. NIGHT SETBACK: WHEN THE BUILDING IS SCHEDULED UNOCCUPIED, THE BMS SHALL SAMPLE THE SPACE TEMPERATURE SERVED BY RTU. IF THERE ARE MULTIPLE THERMOSTATS, THEY WILL BE AVERAGED. IF THE AVERAGE SPACE TEMP IS GREATER THAN 80 DEG F (ADJ), THEN THE BMS SHALL INITIATE NIGHT SETBACK MODE. IN NIGHT SETBACK MODE, THE BMS SHALL START UP ASSOCIATED RTU SERVING THE SPACE. THE RTU SHALL RUN IN NIGHT SETBACK MODE UNTIL THE AVERAGE SPACE TEMP IS LESS THAN 76 DEG F (4 DEG ADJUSTABLE OFFSET BELOW INITIALIZING SETPOINT) OR THE BUILDING ENTERS OCCUPIED MODE. DURING NIGHT SETBACK MODE, OA DAMPER IS CLOSED AND ALL EXHAUST FANS ARE OFF. ALARMS SAFETIES: ALARMS SHALL BE INDICATED ON BMS WHEN THE FOLLOWING OCCUR: •UPON ACTIVATION OF A SMOKE DETECTOR, THE AHU SHALL BE SHUT DOWN, SMOKE DAMPERS CLOSED, AND FIRE ALARM SYSTEM TO BE NOTIFIED. •IN THE EVENT THAT A SPACE OR RA HUMIDITY READING IS GREATER THAN 65% RH (ADJ) FOR 10 MINUTES (ADJ). •IN THE EVENT THAT THE SUPPLY FAN IS GIVEN A RUN SIGNAL AND STATUS IS OFF. •MAP OVER ALL AVAILABLE ALARMS FROM RTU UNIT CONTROLLER. •IN THE EVENT THAT THE SPACE TEMPERATURE DURING OCCUPIED PERIODS IS 3 DEGREES (ADJ) ABOVE SPACE COOLING SETPOINT FOR MINIMUM OF 10 MINUTES (ADJ). •IN THE EVENT THAT THE SPACE TEMPERATURE DURING OCCUPIED PERIODS IS 3 DEGREES (ADJ) BELOW SPACE HEATING SETPOINT FOR MINIMUM OF 10 MINUTES (ADJ). LIFE SAFETY: A SMOKE DETECTOR IN THE SUPPLY DUCTS SHALL AUTOMATICALLY ACTIVATE THE FIRE ALARM RELAY WHEN TRIPPED. UPON ACTIVATION OF FIRE ALARM RELAY THE UNIT SHALL SHUT DOWN AND CLOSE ALL SYSTEM FIRE/SMOKE DAMPERS. T AI T-SA CONTROL COMPONENTS INSIDE DASHED LINE ARE PART OF INTERNAL UNIT CONTROLS PROVIDED BY EQUIPMENT MANUFACTURER. ELECTRIC DUCT MOUNTED COIL EDH-1 AO STEP HEATER CONTROLSUNIT CONTROLLER D-1 ACT RETURN AIR DAMPER AO NOTE: ALL CONTROL COMPONENTS FOR UNIT IS EXISTING EXCEPT FOR HUMIDITY SENSOR OUTSIDE AIR DAMPER REMOVED FOR RTU-2 PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 12" = 1'-0"5/30/20258:27:39AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM302 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL CONTROLS 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 12" = 1'-0" EXISTING PACKAGED RTU - CONSTANT VOLUME - W/ELEC HEAT - CONTROL DIAGRAM (RTU-1, RTU-2, RTU-3)1 90 of 111 133 PROJECT NO: DATE: SCALE: CHECKED BY: DRAWN BY: DESIGNED BY: FILENAME: NO:DATE DRAWING ISSUE DESCRIPTION 2025 © This document is an instrument of service prepared solely for Kimley-Horn's client and for a particular purpose. Any other use or reliance is without liability to Kimley-Horn. SEALS CLIENT PROJECT INFO 201 N FRANKLIN ST SUITE 1400 TAMPA, FL 33602 PHONE: 813.620.1460 REGISTRY NO. 35106 5/30/20258:27:43AMAutodeskDocs://040818029GibsonBethelOAUReplacement/040818029_MEP_R-22.rvtM400 JTD GIBSON-BETHEL COMMUNITY CENTER OAU REPLACEMENT SM AWL 040818029 5/30/2025 MECHANICAL SCHEDULE 5800 SW 66TH ST, SOUTH MIAMI, FL 33143 6.PROVIDE UNIT MOUNTED SPEED CONTROLLER. 5.PROVIDE WITH AUXILIARY CONTACTS FOR SHUTDOWN UPON NOTIFICATION FROM FIRE ALARM SYSTEM. 4.PROVIDE FACTORY MOUNTED DISCONNECT SWITCH. 3.PROVIDE BIRDSCREEN AND GRAVITY BACKDRAFT DAMPER. 2.PROVIDE MINIMUM 12" HIGH FLORIDA APPROVED NOA CURB DESIGNED TO WITHSTAND HURRICANE WIND FORCES IN COMPLIANCE WITH MIAMI-DADE PRODUCT CONTROL SECTION. 1.INSTALL PER MANUFACTURER'S RECOMMENDATION. NOTES: MODEL NUMBERS SHALL NOT BE CONSIDERED COMPLETE AND MATERIAL SHALL NOT BE ORDERED BY MANUFACTURER AND MODEL NUMBERS ONLY. REVIEW THE COMPLETE DESCRIPTION, NOTES AND SPECIFICATIONS TO DETERMINE THE EXACT MATERIAL AND ACCESSORIES TO BE ORDERED. THE MANUFACTURERS LISTED ARE THE BASIS FOR TH... EF-4 GREENHECK G-090-VG DOWNBLAST ON ROOF 2ND FLOOR RESTROOMS 400 0.5 0.07 1/10 1472 6.8 DIRECT N 115/1/60 1.5 1.9 15 5KA N 41 1 - 6 EF-1 GREENHECK G-120-VG DOWNBLAST ON ROOF 1ST FLOOR RESTROOMS 860 0.5 0.12 1/4 1069 7.1 DIRECT N 115/1/60 3.8 4.8 15 5KA N 67 1 - 6 ESP (IN)BHP HP FAN RPM FAN SONES VFD (Y/N)V/PH/HZ FLA AMPS MCA MOCP SCCR MARK MANUFACTURER MODEL FAN TYPE LOCATION SERVING CFM MOTOR DATA DRIVE (BELT/DIRECT) ELECTRICAL DATA EMERGENCY POWER (Y/N)WEIGHT (LBS)NOTES FAN SCHEDULE 20.PROVIDE APPROPRIATE BACNET CARD TO INTERFACE WITH NEW BUILDING MANAGEMENT SYSTEM. 19.OAU-1 DESIGNED TO PROVIDE 1,300 CFM TO FIRST FLOOR AND 1,300 CFM TO SECOND FLOOR, MINIMUM AIRFLOWS ARE TO BE 1,050 CFM TO FIRST FLOOR AND 750 TO SECOND FLOOR. 18.PROVIDE CORROSION COATING TO COIL (CONDENSER, EVAP, AND HGRH) AND CABINET THAT MEETS 15,000 HR SALT SPRAY TEST. 17.ACCEPTABLE MANUFACTURERS INCLUDE VALENT (BASIS OF DESIGN), CARRIER CORPORATION, JOHNSON CONTROLS INTERNATIONAL PLC, CAPTIVEAIRE, TRANE TECHNOLOGIES, AND ANNEXAIR. 16.PROVIDE START UP PERFORMED BY A FACTORY AUTHORIZED TECHNICIAN 15.ROOFCURB & UNIT ASSEMBLY SHALL BE NOA APPROVED FOR HURRICANE FORCE WINDS. PROVIDE UNIT WITH A HURRICANE RATED ROOFCURB WITH FL PE STAMPED CALCULATIONS. 14.PROVIDE UNIT WITH HINGED ACCESS PANELS WITH TOOLESS ACCESS. 13.PROVIDE WITH VARIABLE SPEED CONDENSER FANS FOR MODULATING HEAD PRESSURE CONTROL. 12.PROVIDE WITH CONDENSER COIL HAIL GUARDS. WIRE SCREENS ARE NOT ACCEPTABLE. 11.PROVIDE UNIT WITH THROUGH THE BASE ELECTRICAL ACCESS AND A FACTORY MOUNTED NON-FUSED DISCONNECT AND 115 CONVENIENCE OUTLET. 10.UNIT SHALL HAVE A MINIMUM 90 MINUTE, FULL PRESSURIZED, END OF THE LINE PERFORMANCE TEST WITH REPORT SHOWING SUPERHEAT AND SUBCOOLING. 9.SINGLE CONDENSER FAN SHALL NOT EXCEED A SOUND POWER LEVEL OF 75 LwA. IF LOW NOISE FANS ARE REQUIRED TO MEET THIS CRITERIA MANUFACTURER SHALL PROVIDE. 8.PROVIDE 2” MERV 8 AND 4” MERV 13 COMBO FILTERS. 7.PROVIDE UNIT WITH FACTORY WIRED OUTSIDE AIR TEMPERATURE, OUTSIDE AIR HUMIDITY, RETURN AIR TEMPERATURE, COOLING COIL LEAVING AIR (ESTIMATED LAT'S BASED ON SUCTION TEMPERATURE WILL NOT BE ACCEPTED), AND SUPPLY AIR TEMPERATURE SENSORS, ALONG WITH FIELD WIRED RETURN AIR CO2 AND RETURN AIR HUMIDITY SENSORS. 6.PROVIDE UNITS WITH 6 ROW COOLING COILS, VARIABLE SPEED CONDENSER FAN HEAD PRESSURE CONTROL, AIRFLOW UNLOADING CAPABILITY LISTED ABOVE, AND INVERTER SCROLL COMPRESSORS ON THE PRIMARY CIRCUIT (DIGITAL SCROLLS WILL NOT BE ACCEPTED) / SCROLL COMPRESSOR FOR ADDITIONAL CIRCUIT(S) FOR UNLOADING CAPABILITY, ELECTRONIC EXPANSION VALVE, AND ULTRA-LOW NOISE CONDENSER FANS WITH SERRATED BLADES 5.PROVIDE UNITS WITH UNIT MOUNTED MODULATING HOT GAS REHEAT TO 75 DEGREES, SCR ELECTRIC HEAT (SINGLE POINT POWER), DIRECT DRIVE WELDED FANS, VARIABLE FREQUENCY DRIVES, STAINLESS STEEL DRAIN PANS, 0-100% MOTORIZED DAMPERS WITH HINGED ACCESS PANELS, NON-FUSED DISCONNECT SWITCH, AND CONDENSER COIL HAILGUARDS. 4.EXTERIOR PANELS SHALL BE ZINC COATED GALVANIZED STEAL, PAINTED, AND FINISHED WITH A WEATHER-RESISTANT BAKED ENAMEL FINISH. UNIT SURFACES SHALL BE TESTED 2,500 HOURS IN A SALT SPRAY TEST IN COMPLIANCE WITH ASTM B45. 3.FACTORY ASSEMBLED, PIPED, WIRED, AND TESTED AS A SINGLE PACKAGE UNIT. PROVIDE 2" FOAM BLOWN DOUBLE WALL CONSTRUCTION WITH A MINIMUM R-13 INSULATION INCLUDING THE FLOOR AND ROOF WITH HINGED ACCESS DOORS. 2.PROVIDE A FACTORY APPLIED COIL CORROSION COATING TO EVAPORATOR, HGRH COIL, AND CONDENSER COIL WHICH IS CAPABLE OF WITHSTANDING GREATER THAN 15,000 HOURS OF THE ASTM B117 SALT SPRAY TEST. 1.PROVIDE INSULATED ROOF CURB WITH MINIMUM HEIGHT REQUIRED TO MAINTAIN BOTTOM OF EQUIPMENT A MINIMUM OF 14 INCHES ABOVE FINISHED ROOF SURFACE. PROVIDE SLOPED CURB IF NEEDED TO MATCH ROOF SLOPE. COORDINATE WITH ROOF INSULATION THICKNESS AND ROOF TAPER AT INSTALLED LOCATION. COORDINATE CURB TYPE WITH DRAWINGS. NOTES: MODEL NUMBERS AND NOMINAL TONS LISTED SHALL NOT BE CONSIDERED COMPLETE AND MATERIAL SHALL NOT BE ORDERED BY MANUFACTURER, MODEL NUMBERS, OR NOMINAL TONS ONLY. REVIEW THE COMPLETE DESCRIPTION, NOTES AND SPECIFICATIONS TO DETERMINE THE EXACT MATERIAL AND ACCESSORIES TO BE ORDERED. THE MANUFACTURERS LISTED ARE THE BASIS FOR THE DESIGN. OAU-3 VALENT VX-112-15I-1-F2 15 DIRECT 2,400 1,000 1 0.5 1.095 0.69 1 Y 1251 197.6 95.7 92 77.7 53.1 52.8 14 6 0.017 181 R-454B 3.8 25 39 71.9 460/3/60 41.6 60 2,286 1 - 20 OAU-1 VALENT VX-212-20I-1-F2 20 DIRECT 2,600 1,800 1 0.75 1.142 0.73 1 Y 893 251.2 119.3 92 77.7 47.2 46.7 14 6 0.078 115 R-454B 3.8 40 39 87.6 460/3/60 65.0 70 3,226 1 - 20 (°F DB)(°F WB)(°F DB)(°F WB)(EER)IEER (ISMRE) FAN TYPE DESIGN OA MIN OA QTY ESP (IN WC) TSP (IN WC)BHP NOM HP VFD (Y/N)RPM TOTAL CAPACITY (MBH)SENS CAPACITY (MBH) EAT LAT FINS PER INCH # OF ROWS APD (IN WC)MAX VELOCITY (FPM)REFR TYPE MIN EFF DESIGN CAPACITY (kW)EAT (°F DB)LAT (°F DB)V/PH/HZ MCA MOCP MARK MANUFACTURER MODEL NOMINAL TONS SUPPLY FAN COOLING COIL ELECTRIC HEAT ELECTRICAL WEIGHT (LBS) NOTES OUTSIDE AIR UNIT SCHEDULE 91 of 111 134 Kimley»>Horn ATTACHMENT D HVAC ASSESSMENT Prepared by Kimley Horn 92 of 111 135 GIBSON BETHAL HVAC ASSESSMENT 5800 SW 66TH ST, SOUTH MIAMI, FL 10/14/2024 By: Kimley-Horn and Associates, Inc. Jeremy Demboski, PE 201 N Franklin St. Suite 1400 Tampa, FL 33602 For: City of South Miami Quentin Pough Director of Parks, Recreation & Culture 6130 Sunset Drive South Miami, FL 33143 93 of 111 136 Kimley»>Horn Expect More.Experience Better. 2 Table of Contents Executive Summary........................................................................................................................... 3 Building Conditions ........................................................................................................................... 6 Original HVAC Design ....................................................................................................................... 7 Current HVAC Conditions ................................................................................................................. 8 Recommendations........................................................................................................................... 10 Phase 1 – Immediate Action: ......................................................................................................... 10 Phase 2 – Long-term solutions: ...................................................................................................... 10 Appendix A: Mechanical Equipment Submittals ........................................................................... 12 94 of 111 137 Kimley»>Horn 3 Executive Summary The Gibson Bethel Community Center, a 22,000 square -foot facility constructed in 2002, serves a variety of functions, including a gymnasium, fitness areas, multipurpose rooms, and office spaces. Recently, the building experienced mold growth, which has since been addressed and remediated. However, the root causes of the mold problem have not been addressed, raising concerns about future reoccurrence. The constant high relative humidity levels within the building are believed to be a significant contributing factor. This report outlines the findings from Kimley Horn’s site visit aimed at evaluating the mechanical systems and providing recommendations to prevent further contributions to mold growth. The overall objective is to enhance indoor air quality and maintain a healthy indoor environment for all occupants. The building was originally designed with three packaged “DX” rooftop units (RTUs) to manage the buildings cooling loads, along with three packaged rooftop 100% outside air units (OAUs) to precondition outside air during high -occupancy periods. When the buildings CO2 concentrations exceeded a specified threshold, the OAUs were intended to activate, delivering conditioned air to the ceiling plenum. Additionally, when these OAU’s are energized, to address over-pressurization, a motorized damper in the exhaust ductwork would open, and the toilet exhaust fans would increase in speed. However, this current design solution is inadequate and ineffective, as it allows preconditioned outside air to be exhausted directly from the plenum without effectively providing ventilation to the building. Additionally, humidity becomes problematic when cooling loads are met but ventilation is still required by code, leading to unconditioned outside air entering the building. It is believed that high CO2 concentrations were seldom, if ever, reached, which prevented the OAUs from energizing. Consequently, the units were eventually shut down and salvaged for parts and are currently non operational. Currently, the toilet exhaust fans are also non-operational. The building exhibits significant Over pressurization, evidenced by air leaking from various openings and condensation forming. Infiltration is particularly concerning in the lobby, where a large crack at the entrance doors was observed. It is suspected that the RTUs are supplying more outside air than intended due to malfunctioning or broken outside air dampers—RTU-1’s damper appears nearly fully open, while RTU-2’s damper is broken. Both RTU-1 and RTU-2 were replaced approximately six years ago but were likely never properly balanced, as limited documentation exists on the original design and equipment. During the site visit, it was noted that the compressor and condensing fan of RTU -1 shut down, resulting in unconditioned outside air entering the building and causing relative humidity levels to exceed 90%, leading to condensation on all surfaces. This issue has been observed consistently at the same time each day, and disconnecting the unit temporarily resolves the problem. The building was also analyzed for leaking pipes or plumbing fixtures that may have also contributed to the mold growth. No leaking plumbing pipes or fixtures were witnessed while on site. 95 of 111 138 Kimley»>Horn 4 To improve humidity levels in the building, Kimley Horn recommends corrective actions in the following two phases: Phase 1 – Immediate Action: 1. Repair Toilet Exhaust Fans: A contractor should evaluate the toilet exhaust fans to determine if they can be made operational. Unless the exhaust fans cannot be made operational, it is not recommended to replace the fans until phase 2 where the fans can be resized. 2. RTU-1 Repair: Have a Trane technician assess RTU-1, including the thermostat and control system, to identify and resolve the issue causing the compressor to shut down. Also, the seals on the unit shall be replaced to minimize air leakage. 3. Repair RTU-2: Trane should repair or replace the broken damper on RTU-2. 4. Ventilation Calculations: Conduct ASHRAE 62.1 ventilation calculations to determine appropriate ventilation rates for the building. 5. Airflow Balancing: Engage a test and balance (TAB) team to calibrate the outside air dampers according to the calculated airflow. 6. Lobby Door Improvements: Replace the door closer and install door sweeps or seals on the lobby entrance doors. 7. Test and record temps and humidity: Once all actions are completed, Kimley-Horn recommends to purchase temp and humidity devices to monitor the air quality of the building. 8. OAU Restoration: Have Trane evaluate and provide written report whether OAU -1 or OAU-3 can be restored to operational condition by replacing salvaged components, as they appear to be in good condition but lack some parts. While these actions are expected to improve building humidity levels, they may not completely resolve the issue since the design still has limited humidity control. Continuous ventilation is required during occupancy, and when the building temperature is satisfied, the compressor will turn off, allowing unconditioned outside air to enter. To address this in Phase 2, Kimley Horn recommends the following: Phase 2 – Long-term solutions: 1. Design Drawings: Prepare biddable design drawings for replacing OAU-2 and modifying the ductwork to integrate the OAUs with the RTUs. OAU-1 and OAU-3 shall also be replaced if they cannot be made operational or if not cost effective to renovate back to use. The intent is to close the outside air dampers on the RTUs and rely on the OAUs for the conditioning of the outside air. This will allow the outside air to be dehumidified even when the space temperatures are satisfied. 2. Replace Toilet Exhaust Fans: Include plans for the replacement of the toilet exhaust fans in the design. They shall not be replaced in kind. The intent is permanently close the motorized dampers to the ceiling plenum, resize the fans to only handle the toilet exhaust fans and rebalance the ductwork. 3. Dehumidification sequence: Implement a dehumidification sequence by installing humidity sensors and activating the existing duct mounted electric heaters. When the humidity in the building is elevated, the OAU shall energize and leave the cooling coil as loas 50 degrees in attempt to dehumidify. To minimize the potential of overcooling, the duct heaters will be energized. 96 of 111 139 Kimley»>Horn 5 4. Demand Control Ventilation: Implement a demand control ventilation system to reduce outside airflow rates during periods of minimal occupancy. This will be implemented not to improve humidity but to save significant energy and costs. By following these phased recommendations, the building can effectively manage the building humidity levels, reduce the risk of mold growth, and create a healthier environment for all occupants. 97 of 111 140 Kimley»>Horn 6 Building Conditions The building is experiencing significant Over pressurization, with cold air seeping out from every door and window frame, leading to noticeable condensation around each opening in the early morning. Despite this pressurization, infiltration remains a major issue, particularly due to large gaps between the front entrance doors to the lobby and the emergency exits in the gymnasium. Upon entering the building, the high relative humidity is immediately evident, with air feeling damp and heavy. Measurements indicate an average relative humidity of 71%, which exceeds the levels recommended by ASHRAE for thermal comfort and indoor air qua lity. Interestingly, the gymnasium is the only area maintaining a more acceptable relative humidity of 45%. This improvement may be attributed to the recent replacement of the rooftop unit (RTU) serving that space. Indoor air quality measurements reveal that the building is well-ventilated, as evidenced by the very low concentrations of CO2 and total volatile organic compounds (TVOCs). Table 1 below shows the indoor air quality measurements collected in various spaces onsite . Only the gymnasium showed slightly elevated levels of total volatile organic compounds (TVOCs) compared to the rest of the building, likely due to the wooden floors being finished just a week before the site visit. However, these levels are not concerning despite the slight increase. Table 1: Building IAQ Measurements ZONE TEMPERATURE (°F) % RELATIVE HUMIDITY CO2 (PPM) TVOC (MG/M3) Front Entrance Lobby 73.5 64.6 405 0.024 Front Entrance Water Fountain 72.5 67.4 405 0.026 First Floor Men’s Restroom 73.5 71.9 407 0.027 Multipurpose Room 71.2 71.7 405 0.024 Staff Break Room 70.5 85.5 407 0.019 First Floor Storage 71.9 77.7 405 0.024 Gym 72.5 45.2 633 0.106 Fitness Room 73.4 62.7 414 0.019 Second Floor Restroom 72.3 75.3 532 0.066 Front Entrance Lobby 2nd Test 75.2 87.6 571 0.076 Measurements were taken using OMNI Awair TVOC: Total Volatile organic compounds 98 of 111 141 Kimley»>Horn 7 Original HVAC Design The original HVAC design (based on site investigation and restroom renovation drawings dated February 12, 2019) featured three packaged “DX” rooftop units (RTUs) and three packaged rooftop “DX” 100% outside air units (OAUs). The primary RTUs were intended to maintain space temperature and humidity while providing limited outside air. The OAUs would activate only when CO2 concentrations rose above a certain threshold to supplement additional outside air to maintain lower CO2 levels. Heating was achieved through electric duct -mounted heaters installed in the ceiling's supply ductwork. Kimley Horn observed during our visit that these duct heaters were deactivated via the integral disconnects. The building was designed utilizing the ceiling as a plenum return. This means that the return grilles are not directly ducted to the RTUs but instead, the RTUs will pull return air from the ceiling plenum. Additionally, the design included three exhaust fans located on the building's roof. Two of these fans were designated to serve the bathrooms during normal operation and to expel excess air when a corresponding OAU was activated. The third exhaust fan, sit uated above the gymnasium, was designed specifically to relieve overpressure when OAU-3 was energized. The building was zoned such that RTU-1, OAU-1, and EF-1 served the first floor, while RTU-2, OAU-2, and EF-4 served the second floor. RTU-3, OAU-3, and EF-5 were designated for the gymnasium. EF- 5 above the gymnasium would energize when OAU-3 energizes to relief the pressure for the gym. The toilet exhaust fans were programmed to operate in low -speed mode when their corresponding RTUs were activated. When OAU-1 or OAU-2 was energized, a motorized damper in the associated exhaust fan ductwork would open, causing the fan to ramp up to high speed to prevent over pressurization of the building. While this design aimed to ensure proper ventilation, its effectiveness is limited by construction flaws. The OAUs were not ducted into the RTUs; instead, they discharged directly into the ceiling plenum. Additionally, the motorized damper and intake for the toilet exhaust fans were also located in the ceiling. As a result, when an OAU activated, it would blow air into the ceiling without effectively ventilating the building, as the exhaust system would only pull air from the same ceiling space rather than facilitating proper ventilation. 99 of 111 142 Kimley»>Horn 8 Current HVAC Conditions Currently, only the primary rooftop units (RTUs) are operational, while the roof mounted 100% outside air units (OAUs) have not been functional for some time and have been salvaged for parts. Additionally, the toilet exhaust fans are also non -operational. RTU-1 and RTU-2 are approximately six years old, while RTU-3 was replaced just a year ago; the OAUs and exhaust fans are original to the building. The RTUs appear well-maintained, with monthly filter replacements, although the frequency of coil cleaning is unknown. All coils appear to be in good condition. RTU-1 is in good condition but has several leaking seals and a hole in the side of the unit that requires to be sealed off. The unit has large amounts of mold build up due to the excessive leakage and while this is likely not contributing to the humidity issue in the building, it is a significant waste of energy. It is questionable if the outside air damper was ever balanced properly since it appears to be open almost 100% and whether or not it being operational is suspect. It is worth noting that the outside air damper and return air damper are physically linked so that when one opens the other closes and vice versa. This arrangement can be difficult to balance the outside air to the designed airflow. Furthermore, if design drawings were never obtained, the contractor who installed the units 6 years ago did not have an outside airflow to balance to. We contacted Trane for equipment records, but the information provided was limited to a few units and did not include outside air quantities; details can be found in the appendix. Kimley Horn’s on-site observations revealed that the compressors and condensing fan would shut down, resulting in un-tempered air entering the building. A temporary fix involves disconnecting the unit for five minutes to restore normal operation. Employees reported this issue occurring daily for the past five days, while the HVAC service technician noted it has persisted since installation. During these episodes of unconditioned air, the building's relative humidity spiked to 91%, causing condensation on nearly all surfaces. This is likely a huge contributor to mold growth in the building. Figure 1: Mold developed on the outside of RTU-1 100 of 111 143 Kimley»>Horn 9 RTU-2 also appears to be in good operating condition except for broken outside air damper controlling the quantity of outside air. This unit was also likely never balanced to the correct outside air flow rates and to make matters worse, the broken outside air damper leaves a large hole in the building when the system shuts off at night allowing moist unconditioned outside air to enter the building . RTU-3 serving the Gymnasium could not be observed due to inability to access the lower roof. The gymnasium was however the only area in the building that was maintaining acceptable humidity levels. Again, without design data for balancing, it is unclear what outside airflow rate the unit was calibrated to . All three packaged rooftop OAU systems are currently non- functional and disconnected from the building. While their dampers may be fully closed, they are not sealed effectively, allowing cold air to leak through the unit’s intakes. OAU-1 appears to be in relatively good condition, though it has some missing electrical components and minor mold growth near the intake. OAU-2 likely requires replacement due to severely corroded condensing coils. OAU-3’s condition could not be assessed due to inaccessibility, but facilities personnel indicated that it is also non-operational due to missing components. None of the exhaust fans on the roof are functional. The toilet exhaust fans, EF -1 and EF-4, were intended for replacement during restroom renovations in 2018, yet both are still the original fans from 2002, as indicated by their nameplates. Despite being energized in the electrical room and at the fans' integral disconnects, they are non -operational. EF-5, located above the gym, is designed to operate only when OAU-3 is functioning, so its operational status could not be confirmed. Additionally, it was observed that a ceiling exhaust fan in the men's shower on the second floor, activated by an occupancy sensor, exhausts directly into the ceiling plenum, which is not advisable for handling humid air. Figure 2: Broken OA Damper on RTU-2 101 of 111 144 Kimley»>Horn 10 Recommendations To improve humidity levels in the building, the following corrective actions are recommended in two phases: Phase 1 – Immediate Action: 1. Repair Toilet Exhaust Fans: A contractor should evaluate the toilet exhaust fans to determine if they can be made operational. Unless the exhaust fans cannot be made operational, it is not recommended to replace the fans until phase 2 where the fans can be resized. 2. RTU-1 Repair: Have a Trane technician assess RTU-1, including the thermostat and control system, to identify and resolve the issue causing the compressor to shut down. Also, the seals on the unit shall be replaced to minimize air leakage. 3. Repair RTU-2: Trane should repair or replace the broken damper on RTU -2. 4. Ventilation Calculations: Conduct ASHRAE 62.1 ventilation calculations to determine appropriate ventilation rates for the building. 5. Airflow Balancing: Engage a test and balance (TAB) team to calibrate the outside air dampers according to the calculated airflow. 6. Lobby Door Improvements: Replace the door closer and install door sweeps or seals on the lobby entrance doors. 7. Test and record temps and humidity: Once all actions are completed, Kimley -Horn recommends to purchase temp and humidity devices to monitor the air quality of the building. While these actions are expected to improve building humidity levels, they may not completely resolve the issue since the design still has limited humidity control. Continuous ventilation is required during occupancy, and when the building temperature is s atisfied, the compressor will turn off, allowing unconditioned outside air to enter. To address this in Phase 2, Kimley Horn recommends the following: Phase 2 – Long-term solutions: 1. OAU Restoration: Have Trane evaluate and provide written report whether OAU -1 or OAU-3 can be restored to operational condition by replacing salvaged components, as they appear to be in good condition but lack some parts. 2. Design Drawings: Prepare biddable design drawings for replacing OAU -2 and modifying the ductwork to integrate the OAUs with the RTUs. OAU-1 and OAU-3 shall also be replaced if they cannot be made operational or if not cost effective to renovate back to use. The intent is t o close the outside air dampers on the RTUs and rely on the OAUs for the conditioning of the outside air. This will allow the outside air to be dehumidified even when the space temperatures are satisfied. 3. Replace Toilet Exhaust Fans: Include plans for the replacement of the toilet exhaust fans in the design. They shall not be replaced in kind. The intent is permanently close the motorized dampers to the ceiling plenum, resize the fans to only handle the toilet exhaust fans and rebalance the ductwork. 4. Dehumidification sequence: Implement a dehumidification sequence by installing humidity sensors and activating the existing duct mounted electric heaters. When the humidity in the building is elevated, the OAU shall energize and leave the cooling coil as l oas 50 degrees in attempt to dehumidify. To minimize the potential of overcooling, the duct heaters will be energized. 5. Demand Control Ventilation: Implement a demand control ventilation system to reduce outside airflow rates during periods of minimal occupancy. This will be implemented not to improve humidity but to save significant energy and costs. 102 of 111 145 Kimley»>Horn 11 By following these phased recommendations, the building can effectively manage the building humidity levels, reduce the risk of mold growth, and create a healthier environment for all occupants. Table 2: Observations of Packaged Air Units MARK RTU-1 RTU-2 RTU-3 OAU-1 OAU-2 OAU-3 Service First Floor Second Floor Gymnasium First Floor Second Floor Gymnasium Manufacturer Trane Trane Trane Trane Trane Trane Model Number TCD480B40T0B 2HC1 EAC300A4E0A TCH480BM0 TCD201C400BA TCD600A40K0 B2JB1 TCH211C400BA Serial Number C18M09189 19461209JA 246100481D C02J08135 247100319D Location Upper Roof Upper Roof Lower Roof Upper Roof Upper Roof Lower Roof Refrigerant Type R410A R410A R410A R22 R22 R22 Cooling coils Good condition Good condition Not witnessed Good condition Not witnessed Not witnessed Heat rejection coil Good condition Good condition Not witnessed Good condition Heavily Corroded Not witnessed Dampers OA and Return Linked Broken OA Damper Not witnessed Good Not witnessed Not witnessed Missing Parts None observed None observed Not witnessed Missing Electrical Components Missing Electrical Components Many Parts Missing Weather Tightness Poor Good Not witnessed Fair Fair Not witnessed Age 6 Years 7 Years 1 Year 22 Years 22 Years 22 Years Table 3: Observations of Exhaust Fans Mark EF-1 EF-4 EF-5 Service First Floor Second Floor Gymnasium Manufacturer Greenheck Greenheck Unknown Model Number 02K18885 02K18872 Unknown Serial Number GB-240-20-X GB-180-7-X Unknown Location Roof Roof Roof Rust & corrosion None Witnessed None Witnessed None Witnessed Age 22 Years 22 Years Unknown (Assumed 22 years) 103 of 111 146 12 Appendix A: Mechanical Equipment Submittals RTU-1R: 104 of 111 147 Murray Park Multipurpose Center November 17,2018 Tag Data -Packaged Rooftop,Cooling I Heating Units (Qty:1) Item Tag(s)Qty Description Model Number A1 RTU-1r 1 40 Ton Packaged Commercial RTU TCD480B40-0B2HC1 Product Data -Packaged Rooftop,Cooling I Heating Units Item:A1 Qty:1 Tag(s):RTU-1r DX Cooling,no heat Downflow supply and ypjlftw return 40 ton 60 Hertz 460 Volt 60 Hertz 3 Phase Cooling only unit 2"MERV 8 High efficiency,throwaway fitters 10 hp supply motor 500/417^60/50 hz)Supply fan drive 0-100%Economizer,dry bulb control Constant volume (CV)-Zone temperature control 5k SCCR Standard efficiency unit 2nd-5th Year Replacement Compressor Warranty Year 1 Labor Warranty Whole Unit Performance Data -Packaged Rooftop,Cooling I Heating Units Tags RTU-1r Supply airflow (cfm)12000 Cooling entering DB (F)77.40 Cooling entering WB (F)68 40 Ambient DB (F)95 00 Cooling leaving coil DB (F)56.85 Cooling leaving coil WB (F)56 17 Gross total capacity (MBtl)466.01 Gross sensible capacity (MBh)269.68 ESP (in H2O)0 800 Total static pressure (in H2O)1.420 EER@AHRI (EER)10.3 IEER@AHRI (EER)116 Minimum circuit ampacity (A)92 45 Maximum overcurrent protection (A)110 00 Minimum disconnect switch size (A)9900 Kimley»>Horn 13 OAU-1R: 105 of 111 148 TRANE ORDER REPORT ORDER NAME BL REV ORDER TYPE BUSINESS UNIT S PCODE H4H054C C 1 SO UPGCLKClarksville N 0382 VAL-DATE PIC-DATE FEED MFG-DATE BACKWARD DATE 09/10/2002 08:24:15 09/10/2002 08:24:45 01/01/0001 00:00:00 01/01/0001 00:00:00 INCLUDED ECNS —PCB DETAILS ***** POS COIL SEQ PRODUCT GROUP QTY HEADER TYPE AA 0 0 VOY3 1 B TYPE RULE CATG CODE SPC DESCRIPTION FCAT S MODL TC N Cooling/No Heat (1=T,2=C) FCAT S AIRF DOWN N Downflow (3=D) FCAT S NTON 600 N 50 Ton -60 hz (4=6,5=0,6=0,7=A) FCAT S VOLT 460 N 460/60/3 Volts (8=4) FCAT S HEAT NONE N No Heat (9=0) FCAT O DSEQ K N Design Sequence FCAT S EFHF NONE N No Exhaust (11=0) FCAT S FILT 2HI N 2"Hi-Eff Throwaway Filters (12=B) FCAT S SFHP 10 N 10HP -Std Eft.Supply Fan Motor (13=2) FCAT s SFDR 525 N 525 RPM (14=J) FCAT s FAIR MANU N 0-25%Manual Damper (15=B) FCAT s CNTL CV N Constant Volume (16=1) FCAT s VALV NOT N W/O Service Valves (17=0) FCAT s TBEP STD N Std Elect Connections (18=0) FCAT s DOOR STD N Standard Panels (24=0) FCAT s CCGU NOT N W/O Condenser Coil Guards (25=0) FCAT s FROC STD N R22 Freon and Oil Charge (27=0) FCAT s SSDP STD N Standard Drain Pan (28=0) FCAT s COIL STD N 2 Row Cond Coils (29=0) POS COIL SEQ PRODUCT GROUP QTY HEADER TYPE AA 0 1 VY3A 1 M TYPE RULE CATG CODE SPC DESCRIPTION FCAT S CABS C N Cab -"C"=400,480,500 &600 Kimley»>Horn 14 RTU-3R: 106 of 111 149 Unil Overview -TCH480C4Q*OB2JB®AO****T0000000*ONOO*0000>k Unit Function Tonnage Estimated Installed Weight GER @ AHRI IEER@ AHRI System Power Elevation DX Cooling,no heat 40 Ton 4793.0 lb 11.2 EER 15.1 EER 40.70 kW 0.00 ft Unit Features Efficiency-Condenser Coil Standard efficiency unit System Control Multi-speed Ian Airflow Configuration Horizontal supply and horizontal return Fillers 2?MERV B Throwaway filters Outside Air Selection 0-25%Manual damper -a Voltage.1 Phase.'Hertz 46Q.W3 SCCR Rating 5k SCCR Condenser Motor FLA 2.20 A Condonser Motor Count 4.00 Each compressor i RLA 15.60 A Compressor 2 RLA 25.40 A Compressor 3 RLA 25.40 A Supply Fan FLA 12.60 A Exhaust Fan Count 0.00 Each GCH FLA 1 00 A Nate;Connect properly sized and protected powersupplywiringtotheunit(copper wiring only to the unit) Coaling Section I ReirigeranilType R410A Gross Total Capacity 469 77 MBh Refrigerant Charge -Circuit 1 61.01b Gross Sensible Capacity 296 95 MBh Condenser Coil Typo MCHE Gross Latent Capacity 172 62 MBh Condenser Coll Rows 2 Nc1 Total Capacity 453.36 MBh Evaporator Face Area 36.70 sq ft Net Sensible Capacity 290.55 MBh Evaporator Coil Rows 5 Net Sensible Meat Ratio (%)0.62% Evaporator Face Velocity 300 ft'min Leaving Coil Dry Bulb 54.53 F Design Airflow 12000cfm Leaving Coil Wet Bulb 54.49 F Entering Dry Bulb 78.20 F Leaving Unit Dry Bulb 56.85 F Entering Wet Bulb 67.60 F Leaving Unit Wet Bulb 55.45 F Ambient Dry Bulb 95.00 F Compressor Power 31.62 kW Fan Section Exhaust Fan Data Exhaust Fan Type Prop Exhaust Fan Drive Direct Exhaust Fan Count 0.00 Each Outdoor Fan Data Outdoor Fan Type Prop outdoor Fan Drive Direct Low Ambient Temp OF Condenser Fan Count 4 oo Each Outdoor Fan Motor Power 0.01 kW Unit Airflow Design HorizOfMal Supply and horizontal return Supply Fan Data Supply Fan Type FC System ControL'SGR Muta-speed Ian Design Airflow 1200Qcfm Design ESP 1.000 In H2O Tolai Sialic Pressure 1 640 In H20 Supply Fan Motor HP 10 Hp Tolal Supply 6HP 5.76 bhp Supply Fan Drive 525 RPM Operating Speed (RPM|519 rpm Supply Motor Power 4.30 kW Kimley»>Horn 15 EF-1 & EF-4: 107 of 111 150 02K18885 ID:7 02k18872 ID:6 Volume SP (in. Marti Qty Modi FRPM <CFM)wg) LM 1 Gb-240-ZU 8/4 7.575 1)25 SELECTION MOTOR SPECS Air Stream Temp.(*F):70 Motor Mounted:Vos Elevation (ft):0 Size (hp):2 UL:UUcUL-705 Enclosure:OOP Power:60 Cycle Phase:3 Voltage (V)460 RPM 1725 Number of Windings:1 Efficiency Selected:SE Um with VFD.Cunvobbfc ACCESSORIES Switch -Nc™l Toggle,Mounted &Wircc Aluminum Rub R>nq UUcUL-705 •-Power Ventilators' BcA'wxp with Creese Fittings Damper WD-100-PB-24x24.Gravity Operated Two Groove Pu>oy and Bet SystemMotorCompatibleforusewfVFD Volume MMk__Qty Mods!ERPM <CFM|_ EF.4 1 GB-180-7 931 3.350 SELECTION MOTOR SPECS Air Stream Temp.PF)70 Motor Mounted:Yes Elevation (ft.):0 Size (hp ):374 UL:ULcOL 705 Enclosure:OOP Power:60 Cydic Phase 1 Voltage (V):115 RPM 1725 Number of Windings'1 Efficiency Selected:SE 4MgWMMgF Switch •Nema-1.Toggle.Mounted &WiredAluminumRubRog ULcUL 706 "Power Ventilators' Ouiti or*no <M tt Damper WD-100-PB-18x18.Gravity Operated SP (in. wg) 025 Kimley»>Horn ATTACHMENT E FORM OF PERFORMANCE AND PAYMENT BOND NOTE: PRIOR TO PERFORMING ANY PORTION OF THE WORK THE AWARDED CONTRACTOR SHALL DELIVER TO THE CITY THE BONDS REQUIRED TO BE PROVIDED BY CONTRACTOR 108 of 111 151 ATTACHMENT E FORM OF PAYMENT AND PERFORMANCE BONDS PAYMENT BOND BY THIS BOND, we, , as Principal, (the “Contractor”) and , as Surety, are bound to the City of South Miami (the “City”), as Obligee, 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 pursuant to ITB No. PR2025-07, which was awarded on , 2025, pursuant to Resolution No. , with the City, which contract documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated and other damages, and for the purpose of this Bond are referred to as the “Contract.” NOW, THEREFORE, THE CONDITION OF THIS PAYMENT BOND/OBLIGATION are that if Contractor shall promptly make payment to all claimants, as herein below defined, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions: 1. A claimant is defined as any person supplying the Principal with labor, material and supplies, used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract, and is further defined in Section 255.05(1) of the Florida Statutes; and 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after performance of the labor or after complete delivery of materials and supplies by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit; and 3. No suit or action shall be commenced hereunder by any claimant: a. Unless claimant, other than one having a direct contract with the Principal, shall within forty-five (45) days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to this bond for protection; b. Unless claimant, other than one having a direct contract with the Principal, shall within ninety (90) days after such claimant's performance of the labor or complete delivery of materials and supplies, deliver to the Principal written notice of the performance of such labor or delivery of such material and supplies and the nonpayment therefore; c. After the expiration of one (1) year from the performance of the labor or completion of delivery of the materials and supplies; it being understood, however, that if any limitation embodied in this Bond is prohibited by any law controlling 109 of 111 152 the construction hereof such limitations shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law; d. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The Principal and the Surety jointly and severally, shall repay the Owner any sum which the Owner may be compelled to pay because of any lien for labor or materials furnished for any work included in or provided by said Contract. 5. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration of or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications applicable thereto shall in any way affect its obligations on this Bond, and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. 6. The Surety represents and warrants to the Owner that they have a Best's Key Rating Guide General Policyholder's rating of " " and Financial Category of "Class ”. IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this day of 2023, A.D., the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: If Sole Ownership or Partnership, two (2) Witnesses Required; If Corporation, Secretary Only will attest and affix seal. FOR THE CONTRACTOR: WITNESS: Secretary Name of Corporation By: (Affix Corporate Seal) Print Name: Title: FOR THE SURETY: WITNESS: Agent and Attorney-in-Fact Print Name: Title: Address: Telephone: 110 of 111 153 END OF DOCUMENT 111 of 111 154 AN HVAC COMPANY, AT YOUR SERVICE! State of Florida Certified Mechanical Contractor LIC: CMC1250619 9802 NW 80TH Ave. Unit 38. Hialeah Gardens, FL 33016 Ph: (305) 414-6324 Email: info@con-mech.com Web: www.con-mech.com ITB PR2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS City of South Miami 1 | P a g e BID RESPONSE TO ITB PR2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS SECTION 1. COMPANY INFORMATION. Company Name: CON-MECH, INC Location: 9802 NW 80th Ave. Unit 38. Hialeah Gardens, Fl 33016 Website: www.con-mech.com Main Office Address: 9802 NW 80th Ave. Unit 38. Hialeah Gardens, Fl 33016 Telephone: (305) 414-6324 Email: info@con-mech.com SECTION 2. QUALIFICATIONS Con-Mech, Inc. brings over eight years of experience delivering high-quality HVAC services to both private clients and public-sector agencies, in both residential and light and heavy commercial systems. We have successfully secured/completed several projects/contracts with municipalities and private organizations in the last 3 years, demonstrating our ability to meet strict performance standards and contract requirements, including but not limited to, installation, service, and repairs for Cooling Towers, Air Cooled Chillers, Water Source and Geothermal Units, all sizes RTUs, Split Systems, Variable Refrigerant Flow (VRF) systems, and associated components e.g. pumps, piping, valves, exhaust and make up air systems, and all type of ductwork. This experience equips us with the practical knowledge and adaptability necessary to support the City of South Miami. Our team operates under a proven service model designed for responsiveness, consistency, and safety: • Dedicated Contract Manager: Each contract is assigned a dedicated manager who serves as a single point of contact. This ensures streamlined communication between our client and field personnel, promotes accountability, and supports issue resolution in real time. • Brand Authorization and Parts Management: Con-Mech, Inc. is an authorized contractor for most major HVAC equipment manufacturers, for which our lead technicians are certified. • Technician Familiarity: We assign a dedicated lead technician to each contract. This allows them to develop a strong working knowledge of the facility's systems, often enabling quick diagnosis and temporary resolutions for recurring or known issues, even before permanent repairs are completed. • Commitment to Safety: The safety of both our personnel and our clients is our highest priority. Our team follows strict safety protocols and proactively works to identify and mitigate risks in advance of scheduled service. 155 CON-MECH—INC AN HVAC COMPANY, AT YOUR SERVICE! State of Florida Certified Mechanical Contractor LIC: CMC1250619 9802 NW 80TH Ave. Unit 38. Hialeah Gardens, FL 33016 Ph: (305) 414-6324 Email: info@con-mech.com Web: www.con-mech.com ITB PR2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS City of South Miami 2 | P a g e • Proactive Maintenance Philosophy: We are proactive in identifying potential system failures and addressing them before they escalate. Our technicians are trained to anticipate wear patterns and component failures, allowing us to help our clients avoid costly downtime. • 24/7 Service Availability: Our operators are available around the clock to take service calls and promptly dispatch them to our on-call field staff, ensuring that emergencies are addressed without delay. Additionally, our excellent relationships with suppliers enable us to procure emergency parts after hours when necessary. This combination of experience, proactive service, and logistical readiness makes Con-Mech, Inc. exceptionally qualified to fulfill the requirements of this project and to serve as a reliable HVAC/Mechanical Contractor management partner for the City of South Miami. 2.1. PROJECTS AND REFERENCES Our company is proud of being a Miami-Dade County Certified Small Business Enterprise (SBE) and has been able to participate in and complete projects for Miami Dade Water and Sewer Department, Miami International Airport, City of Hollywood Regional Wastewater Treatment Plant, among other municipalities. We have been also able to build a long-lasting relationship with private commercial customers and buildings HOA as Ocean 3 Condominium in Sunny Isles, The Grand Condominium, and Grove Gardens Condominium for only cite a few of them. Project Comple tion date Dollar amount Owner Contact Phone Email PAC 1 &2 (25 Tons each) Self Contained Water Source Heat Pumps Replacemen t (TRANE EQUIPME NT) February 2025 $234,650.00 Ocean 3 Condomini um (A 32 stories highrise with 215 luxury units) Ron Koening (954) 270- 3910 allphasemaintenance@yah oo.com Chiller and OAU Instalaltion and Maintenanc e Agreement Feb 2023. Service agreeme nt is on- going $193,870.00 Grove Gardens Condomini um Al Soto (305) 345- 7275 alsoto@effectivepropertyse rvices.com 156 CON-MECH—INC AN HVAC COMPANY, AT YOUR SERVICE! State of Florida Certified Mechanical Contractor LIC: CMC1250619 9802 NW 80TH Ave. Unit 38. Hialeah Gardens, FL 33016 Ph: (305) 414-6324 Email: info@con-mech.com Web: www.con-mech.com ITB PR2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS City of South Miami 3 | P a g e 40 Tons RTU Replacemen t and Maintenanc e Project Installati on complete d on Sep/2024 . Service contract on-going $97,500.00 City of Hollywood Wastewater Treatment Plant Homero Rodriguez (954) 921- 3288 hrodriguez@hollywoodfl.o rg 3. STAFFING Con-Mech, Inc. maintains a highly qualified and experienced team to support HVAC management and preventative maintenance contracts. All personnel are verified through E-Verify to ensure legal authorization to work in the United States. We have a technical staff including technicians with over 35 years of industry experience. For this contract, we will assign a dedicated team consisting of a Project Manager, at least one Senior Technician, and at least one Helper, ensuring consistency, accountability, and detailed knowledge of the facility's systems. The entire technical team remains on standby to provide backup support if needed, ensuring uninterrupted service and on-time completion. All of our technicians hold EPA Section 608 and OSHA safety certifications, and they participate regularly in manufacturer training courses to stay current with the latest technologies and industry practices. Assigned Team: Project Manager – Ricardo Valdes Over 35 years of HVAC industry experience Certifications: EPA, OSHA, Welding, Pipefitting, RHEEM, Trane, Carrier, York Role: Responsible for overall coordination of the work, contract compliance, and customer relations. Lead Technician – Angel Gonzalez 12+ years of experience in commercial and municipal HVAC systems Certifications: EPA, OSHA, RHEEM Role: Oversees day-to-day fieldwork, diagnostics, and execution of preventative tasks. Helper – Leosvany Gomez 2+ years of field experience Certifications: OSHA, Welding Role: Assists with installation, inspections, maintenance, and repair activities under supervision. 157 CON-MECH—INC AN HVAC COMPANY, AT YOUR SERVICE! State of Florida Certified Mechanical Contractor LIC: CMC1250619 9802 NW 80TH Ave. Unit 38. Hialeah Gardens, FL 33016 Ph: (305) 414-6324 Email: info@con-mech.com Web: www.con-mech.com ITB PR2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS City of South Miami 4 | P a g e Subcontractors, Suppliers, and Material Sources: We do not anticipate the use of subcontractors for labor. However, we have long-standing relationships with the following major suppliers and distributors, ensuring rapid access to equipment and replacement parts: • Trane Technologies • Carrier Enterprise • Gemaire • United Refrigeration • Refricenter • Tropic Supply • Lennox • Lehman Pipe • A&B Pipe • Fergusson • AM Distributors and Sheet Metal • Johnson Controls These supplier relationships allow us to respond quickly to service needs and emergencies, often obtaining parts after hours when needed. 5. CORPORATE STANDING AND AUTHORIZED SIGNATORY Con-Mech, Inc. is a corporation in good standing with the State of Florida. As part of this submission, we have included the following documentation to verify our corporate status and authorized signatory authority: • State Certificate of Status • Articles of Incorporation • Last report filed with Florida Division of Corporations These documents confirm the legal standing of the company and the authority of the signatory representative to bind Con-Mech, Inc. in contractual obligations with the City of South Miami. 6. LITIGATION HISTORY AND SAFETY RECORDS Con-Mech, Inc. is proud to report that since its founding, the company has not been involved in any litigation or arbitration involving either public or private entities, neither has been found in non- compliance or issued any violation citation. This clean record is a reflection of our commitment to professionalism, customer satisfaction, and operational integrity. 158 CON-MECH—INC AN HVAC COMPANY, AT YOUR SERVICE! State of Florida Certified Mechanical Contractor LIC: CMC1250619 9802 NW 80TH Ave. Unit 38. Hialeah Gardens, FL 33016 Ph: (305) 414-6324 Email: info@con-mech.com Web: www.con-mech.com ITB PR2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS City of South Miami 5 | P a g e 7. FORMS AND ATTACHMENTS The following supporting documents are included: • Form 1. Bid Form Package Acknowledgement. • Form 2A. Bidder’s Certification (if Company or Corporation) • Form 3. Single Execution Affidavits • Form 4. Dispute Disclosure • Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions • Form 6. Bidder’s Qualifications Survey • Form 7. Bid Form • Form 8. Reference List • Certified Mechanical Contractor License • Certificate of Insurance • Bondability Letter • Local Business Tax Receipt • Derm Permit • EPA License All documents have been reviewed and executed by an authorized representative of Con-Mech, Inc. Yudel Cubillas Con-Mech, Inc President 07/12/2025 159 CON-MECH—INC 160 FORM I BID FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Invitation to Bid,ITB No.PR2025- 07.I agree that my Bid will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Bid. I certify that all information contained in this Bid is truthful to the best of my knowledge and belief.I further certify that I am duly authorized to submit this Bid on behalf of the Firm named as the Proposing Firm and that said Firm is ready,willing,and able to perform if awarded the Agreement. I further certify,under oath,that this Bid is made without prior understanding,agreement,connection, discussion,or collusion with any other person,firm or corporation submitting a Bid;no officer,employee or agent of the City of South Miami or any other Bidder has an interest in said Bid.Furthermore,I certify that the undersigned executed this Bid Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Bidder acknowledges receipt of all Addenda issued by the City in connection with the ITB (Check the box next to each addendum received). X Addendum 1 Addendum 6 X Addendum 2 Addendum 7 X Addendum 3 Addendum 8 _Addendum 4 Addendum 9 Addendum 5 Addendum 10 Attached hereto are the following forms/documents which form a part of this Bid: Form 1. Form 2A. Form 2B. Form 3. Form 4. Form 5. Bid Form Package Acknowledgement. Bidder’s Certification (if Company or Corporation) Bidder’s Certification (if Partnership) Single Execution Affidavits Dispute Disclosure Certification Regarding Debarment,Suspension,&Other Responsibility Matters Primary Covered Transactions Form 6. Form 7 . Form 8. Bidder’s Qualifications Survey Bid Form Reference List 22 of 1 1 1 161 FORM I BID FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) CON-MECH,INC NAME OF BIDDER FIRM W- YUDEL CUBILLAS.PRESIDENT NAME &TITLE,TYPED OR PRINTED MAILING ADDRESS 9802 NW 80TH AVE.UNIT 38.HIALEAH GARDENS,FL 33016 (305 )414-6324 TELEPHONE NUMBER State of Florida County of miami-dade The foregoing instrument was acknowledged before me by means of x physical presence or online notarization,this 12 day of JULY ,20 25 ,by YUDEL cubillas (name of person)as PRESIDENT (type of authority)for CON-MECH,INC (name of party on behalf of whom instrument is executed). YOHANIA CHAMIZO Notary Public (Print,Stamp,or Type as Commissioned)x Personally known to me;or Produced identification (Type of Identification:) Did take an oath;or X Did not take an oath r ---, YOHANIA CHAMIZONotarvPublic-Sfato nf Flnrit^'T'^feNotary Public-Stats of FloridaCommission#HH 220934MyCommissionExpiresApril18,2026 23 of 1 1 1 162 FORM 2A BIDDER’S CERTIFICATION (if Company or Corporation) CERTIFICATE STATE OF FLORIDA ) )SS COUNTY OF miami-DADE ) I HEREBY CERTIFY that a meeting of the Board of Directors of CON-MECH,INC a corporation or company existing under the laws of the State of Florida held on JULY 11th ,2025,the following resolution was duly passed and adopted: RESOLVED,that,as PRESIDENT of the Corporation/Company,be and is hereby authorized to execute the Bid dated,JULY 11TH 2025 to the City of South Miami for ITB No.PR2025-07 GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS and that this execution thereof,attested by the Secretary of the Corporation/Company,and with the Corporate/Company Seal affixed,shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the official seal of corporation/company on this the 11 of JULY (SEAL) 24 of 1 1 1 163 FORM 3 SINGLE EXECUTION AFFIDAVITS This form must be signed and sworn to in the presence of a notary public OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER ©ATMS., THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE BIDDER OR BIDDER AND NOTARIZED BELOW.IN THE EVENT THE BIDDER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS,THE BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A BID/BID.THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: By.YUDEL CUBILLAS For (Name of Proposing or Bidding Entity):CON-MECH,INC Whose business address is:9802 NW80TH AVE.UNIT 38.HIALEAH GARDENS,FL 33016 And (if applicable)its Federal Employer Identification Number (FEIN)is:81-4945498 (if the entity does not have an FEIN,include the Social Security Number of the individual signing this sworn statement.SS#:) Americans with Disabilities Act Compliance Affidavit The above named firm,corporation or organization is in compliance with and agrees to continue to comply with,and assure that any subcontractor,or third party contractor under this project complies with all applicable requirements of the laws listed below including,but not limited to,those provisions pertaining to employment,provision of programs and services,transportation,communications,access to facilities, renovations,and new construction. •The American with Disabilities Act of 1990 (ADA),Pub.L I01-336,1 04 Stat 327,42 USC I2I01 1 22 1 3 and 47 USC Sections 225 and 66 1 including Title I,Employment;Title II,Public Services;Title III,Public Accommodations and Services Operated by Private entities;Title IV, Telecommunications;and Title V,Miscellaneous Provisions. •The Florida Americans with Disabilities Accessibility Implementation Act of 1 993,Section 553.50 1 -553.5 1 3,Florida Statutes: •The Rehabilitation Act of 1 973,229 USC Section 794; •The Federal Transit Act,as amended 49 USC Section 1 6 1 2; •The Fair Housing Act as amended 42 USC Section 360 1 -363 1 . VC Bidder Initials 26 of 1 1 1 164 Public Entity Crimes Affidavit I understand that a “public entity crime”as defined in Paragraph 2.87.1 33(I)(g),Florida Statutes,means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States,including but not limited to,any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud,theft,bribery,collusion,racketeering,conspiracy,or material misrepresentations. I understand that “convicted”or “conviction”as defined in Paragraph 287.1 33(I)(b),Florida Statutes, means a finding of guilt or a conviction of a public entity crime,with or without an adjudication of guilt,in any federal or state trial court of record relating to charges brought by indictment or information after July I,1 989,as a result of a jury verdict,non-jury trial,or entry of a plea of guilty or nolo contendere. I understand that an “affiliate”as defined in Paragraph 287.1 33(I)(a),Florida Statutes,means: I.A predecessor or successor of a person convicted of a public entity crime;or 2.An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime.The term “affiliate”includes those officers,directors, executives,partners,shareholders,employees,members,and agents who are active in the management of an affiliate.The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement,shall be a prima facie case that one person controls another person.A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a “person”as defined in Paragraph 287.l33(l)(e),Florida Statutes,means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity,or which otherwise transacts or applies to transact business with a public entity.The term “person”includes those officers,directors,executives,and partners,shareholders, employees,members,and agents who are active in management of an entity. Based on information and belief,the statement,which I have marked below,is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) Neither the entity submitting this sworn statement,nor any of its officers,directors,executives, partners,shareholders,employees,members,or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July I,1989. The entity submitting this sworn statement,or one or more of its officers,directors,executives, partners,shareholders,employees,members,or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I,1989. The entity submitting this sworn statement,or one or more of its officers,directors,executives, partners,shareholders,employees,members,or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 ,1 989.However,there has been a subsequent proceeding before a Hearing Officer of the State of Florida,Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that 27 of 1 1 1 165 it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph I above is for that public entity only and that this form is valid through December 3 1 of the calendar year in which it is filed.I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017,Florida Statutes for category two of any change in the information contained in this form. yc Bidder Initials No Conflict of Interest or Contingent Fee Affidavit Bidder warrants that neither it nor any principal,employee,agent,representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation.Bidder also warrants that neither it nor any principal,employee,agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances.Further,Bidder acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be selected for the performance of this contract. yc Bidder Initials Biuismess Entity Affidavit Bidder hereby recognizes and certifies that no elected official,board member,or employee of the City of South Miami (the "City”)shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction,and further,that no City employee,nor any elected or appointed officer (including City board members)of the City,nor any spouse,parent or child of such employee or elected or appointed officer of the City,may be a partner,officer,director or proprietor of Bidder or Vendor,and further,that no such City employee or elected or appointed officer, or the spouse,parent or child of any of them,alone or in combination,may have a material interest in the Vendor or Bidder.Material interest means direct or indirect ownership of more than 5%of the total assets or capital stock of the Bidder.Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City.Further,Bidder recognizes that with respect to this transaction or bid,if any Bidder violates or is a party to a violation of the ethics ordinances or rules of the City,the provisions of Miami-Dade County Code Section 2-1 1.1 ,as applicable to City,or the provisions of Chapter 1 12,part III,Fla.Stat.,the Code of Ethics for Public Officers and Employees,such Bidder may be disqualified from furnishing the goods or services for which the bid or Bid is submitted and may be further disqualified from submitting any future bids or Bid for goods or services to City. yc Bidder Initials Anti-Collusion Affidavit I.Bidder/Bidder has personal knowledge of the matters set forth in its Bid/Bid and is fully informed respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances respecting the Bid/Bid; 28 of 1 1 1 166 2.The Bid/Bid is genuine and is not a collusive or sham Bid/Bid;and 3.Neither the Bidder/Bidder nor any of its officers,partners,owners,agents,representatives, employees,or parties in interest,including Affiant,has in any way colluded,conspired,connived,or agreed,directly or indirectly with any other Bidder/Bidder,firm,or person to submit a collusive or sham Bid/Bid,or has in any manner,directly or indirectly,sought by agreement or collusion or communication or conference with any other Bidder/Bidder,firm,or person to fix the price or prices in the attached Bid/Bid or of any other Bidder/Bidder,or to fix any overhead,profit,or cost element of the Bid/Bid price or the Bid/Bid price of any other Bidder/Bidder,or to secure through any collusion,conspiracy,connivance or unlawful agreement any advantage against the City or any person interested in the proposed Contract. yc Bidder Initials Scrutinized Company Certification I.Bidder certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List.Pursuant to Section 287.1 35,F.S.,the City may immediately terminate the Agreement that may result from this ITB at its sole option if the Bidder or its subcontractors are found to have submitted a false certification;or if the Bidder,or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2.If the Agreement that may result from this ITB is for more than one million dollars,the Bidder certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,or engaged with business operations in Cuba or Syria as identified in Section 287.1 35,F.S.pursuant to Section 287.1 35, F.S.,the City may immediately terminate the Agreement that may result from this ITB at its sole option if the Bidder,its affiliates,or its subcontractors are found to have submitted a false certification; or if the Bidder,its affiliates,or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List,or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,or engaged with business operations in Cuba or Syria during the term of the Agreement. 3.The Bidder agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this ITB.As provided in Subsection 287.1 35(8),F.S.,if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. yc Bidder Initials Drug-Free Workplace Affidavit Bidder hereby recognizes that,pursuant to F.S.§287.087,preference shall be given to businesses with drug-free workplace programs when two bids/Bid are equal with respect to price,quality,and service. Bidder understands that in order to qualify as a drug-free workplace.Bidder must: a)Publish a statement notifying employees that the unlawful manufacture,distribution,dispensing, possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. b)Inform employees about the dangers of drug abuse in the workplace,the Bidder’s policy of maintaining a drug-free workplace,any available drug counseling,rehabilitation,and employee 29 of 1 1 1 167 assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. I)Give each employee engaged in providing commodities or contractual services under the ITB a copy of the statement specified in subsection (I). 2)Notify employees that,as a condition of working on the commodities or contractual services under the ITB,the employee must abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to,any violation of chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five (5)days after such conviction. 3)Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community,by any employee who is so convicted. 4)Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section. Based on information and belief,the statement,which I have marked below,is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) The entity submitting this sworn statement is a drug-free workplace and is in full compliance with the requirements set forth under F.S.§287.087. The entity submitting this sworn statement is not a drug-free workplace. yc Bidder Initials City Non-Discrimination Requirements Affidavit Bidder understands that pursuant to Section 3-1.1 of the Code of the City of South Miami,the City will not enter into or award a contract to an entity engaged in a boycott. Bidder understands that “Boycott”as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist,divest from,or otherwise refuse to deal with a nation or country,or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race,color,national origin, religion,sex,gender identity,sexual orientation,marital or familial status,age,or disability in a discriminatory manner.The term boycott does not include a decision based upon business or economic reasons,or boycotts,embargoes,trade restrictions,or divestments that are specifically authorized or required by federal law or state law. Bidder certifies that it is not engaged in a boycott,and is in full compliance with Section 3-1.1 of the Code of the City of South Miami. yc Bidder Initials Acknowledgment,Warranty,and Acceptance I.Contractor warrants that it is willing and able to comply with all applicable state of Florida laws,rules and regulations. 30 of 1 1 1 168 2.Contractor warrants that it has read,understands,and is willing to comply with all requirements of ITB No.2023-06 and any addendum/addenda related thereto. 3.Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager,as applicable. 4.Contractor warrants that all information provided by it in connection with this Bid is true and accurate.vc Bidder Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 31 of III 169 in the presence of: Witness #!Print Name:alex borrego Witness #2 Print Name:maria t carreira Signed,sealed ^nd deliyered by:J Print Name:yudel c Title:PRESIDENT State of Florida County of miami-dade ACKNOWLEDGMENT The foregoing instrument was acknowledged before me by means of X physical presence or online notarization,this 12 day of JULY ,2Q25 ,by YUDEL CUBILLAS (name of person)as president (type of authority)for con-mech,inc (name of party on behalf of whom instrument is executed). YOHANIA CHAMIZO X X Notary Public (Print,Stamp,or Type as Commissioned) Personally known to me;or Produced identification (Type of Identification: Did take an oath;or Did not take an oath S YOHANIA CHAMIZONotaryPublic-State of FloridaiCommission#HH 220934 My Commission ExpiresApril18,2026 32 of 1 1 1 170 FORM 4 DISPUTE DISCLOSURE Answer the following questions by placing an “X”after “Yes”or “No”.If you answer “Yes”, please explain in the space provided,or on a separate sheet attached to this form. I.Has your firm or any of its officers,received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5)years? YES NO X 2.Has your firm,or any member of your firm,been declared in default,terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5)years? YES NO X 3.Has your firm had against it or filed any requests for equitable adjustment,contract claims.Bid protests, or litigation in the past five (5)years that is related to the services your firm provides in the regular course of business? YES NO X If yes,state the nature of the request for equitable adjustment,contract claim,litigation,or protest,and state a brief description of the case,the outcome or status of the suit and the monetary amounts of extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of this Bid or Bid for the City of South Miami. ACKNOWLEDGMENT State of Florida County of miami-dade The foregoing instrument was acknowledged before me by means of S physical presence or online notarization,this 12 day of ,20 25 ,by yudel cubillas (name of person)as president (type of authority)for CON-MECH,INC (name of party on behalf of whom instrument is executed). YOHANIA CHAMIZO X X Notary Public (Print,Stamp,or Type as Commissioned) Personally known to me;or Produced identification (Type of Identification:) Did take an oath;or Did not take an oath YOHANIA CHAMIZONotaryPublic-State of FloridaCommission#HH 220934MyCommissionExpiresApril18,2026 33 of 1 1 1 171 FORM 5 CERTIFICATION REGARDING DEBARMENT,SUSPENSION,AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 1 2549,Debarment and Suspension,13 CFR Part 145.The regulations were published as Part VII of the May 26,1988 Federal Register (pages 19160-1921 1).Copies of the regulations are available from local offices of the U.S.Small Business Administration. (I)The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a)Are not presently debarred,suspended,proposed for disbarment,declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b)Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain,or performing a public (Federal,State, or local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery,bribery,falsification or destruction of records,making false statements,or receiving stolen property; (c)Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal,State,or local)with commission of any of the offenses enumerated in paragraph (l)(b)of this certification;and (d)Have not within a three-year period preceding this application had one or more public transactions (Federal,State,or local)terminated for cause or default. (2)Where the prospective primary participant is unable to certify to any of the statements in this certification,such prospective primary participant shall attach an explanation to this Statement of Qualifications. Entity Name:CON-MECH,INC Date.07/12/2025 Name and Title of Authorized Representative 34 of 1 1 1 172 FORM 6 BIDDER’S QUALIFICATIONS SURVEY COMPANY QUALIFICATIONS QUESTIONNAIRE Please complete this Company Qualifications Questionnaire.By completing this form and submitting a response to the ITB,you certify that any and all information contained in the bid is true,that your response to the ITB is made without prior understanding,agreement,or connections with any corporation,firm or person submitting a response to the ITB for the same materials,supplies,equipment,or services,is in all respects fair and without collusion or fraud,that you agree to abide by all terms and conditions of the ITB,and certify that you are authorized to sign for the Bidder’s firm. Some responses may require the inclusion of separate attachments.Separate attachments should be as concise as possible,while including the requested information.In no event should the total page count of all attachments to this Form exceed five (5)pages.Some information may not be applicable;in such instances,please insert “N/A”. CON-MECH,INC Firm Name 9802 NW80TH AVE.UNIT 38.HIALEAH GARDENS,FL 33016 Principal Business Address 305-414-6324 305-848-6324 Telephone Number Facsimile Number info@con-mech.com Email Address 81-4945498 Federal I.D.No.or Social Security Number LBT No:7222868 Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION How many years has the firm has been in business under its current name and ownership? Please identify the Firm’s document number with the Florida Division of Corporations and date the Firm registered/filed to conduct business in the State of Florida: P17000003665 01/12/2017 Document Number Date Filed Please identify the Firm’s category with the Florida Department of Business Professional Regulation (DBPR),DBPR license number,and date licensed by DBPR: Certified Mechanical Contractor CMC1250619 03/22/2017 Category License No.Date Licensed Please indicate the type of entity form of the Firm (if other,please describe): Individual Partnership a Corporation LLC LLP Other Please identify the Firm’s primary business:Design,Installation,Service,and Repairs of HVAC and all related mechanical systems. 35 of 1 1 1 173 Please identify the number of continuous years your Firm has performed its primary business:8 Please list all professional licenses and certifications held by the Firm,its Qualifier/Principal,and any Key Staff,including any active certifications of small,minority,or disadvantaged business enterprise,and the name of the entity that issued the license or certification: License/Certification Type Name of Entity Issuing License or Certification License No.License Issuance Date Certified SBE-Con Miami-Dade County 08/18/2023 EPA 608 Mainstream Engineering P400E882F4FA560D1 01/26/2010 OSHA-30 OSHA 26-607604336 11/20/2024 Please identify the name,license number,and issuance date of any prior companies that pertain to your :irm: License/Certification Type Name of Entity Issuing License or Certification License No.License Issuance Date Please identify all individuals authorized to sign for the entity,their title,and the threshold/level of their signing authority: Authorized Signor’s Name Title Signing Authority Threshold (All,Cost up to $X-Amount,No Cost,Other) YUDEL CUBILLAS PRESIDENT ALL YOHANIA CHAMIZO VP ALL Please identify the total number of Firm employees,managerial/administrative employees,and identify the total number of trades employees by trade (e.g.,20 electricians,5 laborers,etc.): Total No.of Employees 12 Total No.of Managerial/Administrative Employees 4 Total No.of Trades Employees by Trade 8 INSURANCE INFORMATION Please provide the following information about the Firm’s insurance company: ADVANTAGE INSURANCE OF AMERICA Insurance Carrier Name Insurance Carrier Contact Person 4520 NW 7th St.MIAMI,FL 33126 (305)649-5566 marta@advantageinsuranceofamerica.com Insurance Carrier Address Telephone No.Email Has the Firm filed any insurance claims in the last five (5)years?0 No Yes If yes,please identify the type of claim and the amount paid out under the claim: FIRM OWNERSHIP Please identify all Firm owners or partners,their title,and percent of ownership: Owner/Partner Name Title Ownership (%) YUDEL CUBILLAS PRESIDENT 90 36 of 1 1 1 174 YOHAN1A CHAMIZO VP 10 Please identify whether any of the owners/partners identified above are owners/partners in another entity: No K Yes If yes,please identify the name of the owner/partner,the other entity’s name,and percent of ownership held by the stated owner/partner: RECENT CONTRACTS Please identify the five (5)most recent contracts in which your Firm has provided services to other public entities: Owner/Partner Name Other Entity Name Ownership (%) YUDEL CUBILLAS Grace and Light ALF,LLC 50 YOHANIA CHAMIZO Grace and Light ALF,LLC 50 Public Entity Contact Person Telephone No.Email Address Date Awarded Miami Dade Water and Sewei William Diaz 786-552-8084 William.Diaz@miamidade.gov 02/17/2025 City of Hollywood Water Plant Homero Rodriguez 954-980-0042 hrodriguez@hollywoodfl.org 05/01/2024 Miami Dade Aviation Dpmnt.Ivonne Majul 305-876-7139 imajul@flymia.com 06/16/2025 City of Sunny Isles Genesis Cuevas 305-792-1953 gcuevas@sibfl.net 07/17/2025 By signing below,Bidder certifies that the information contained herein is complete and accurate to the best of Bidder’s knowledge. Firm.CON-MECH,INC Authorized Signature: Print or Type Name:YUPEL CUBI Date:07/12/2025 Title:PRESIDENT 37 of I I I FORM 7 BID FORM/SCHEDULE OF VALUES Bid prices stated in this Form shall include all costs and expenses for labor, equipment, materials, contractor's overhead, profit, bond and insurance, and general conditions. Payment for this project will be based upon completion of the entire project as a Lump Sum contract. ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE MAT. & LABOR BID AMOUNT 1 Mobilization 1 LS $ $ 2 GC Overhead 1 LS $ $ 3 Performance & Payment Bonds 1 LS $ $ 4 As-built Plans 1 LS $ $ Demolition and Preparation 5 Removal of Mechanical Equipment 1 LS $ $ Renovation 6 OAU-1 Installation 1 LS $ $ 7 OAU-3 Installation 1 LS $ $ 8 Exhaust Fan Installation 2 LS $ $ 9 Controls 1 LS $ $ 10 Electrical Scope - including but not limited to disconnects, conduit & conductors, demo of raceways, cabling, disc switches 1 LS $ $ 11 Contractor's Total Sum $ 38 of 111 6,950.00 6,950.00 13,215.00 26,430.00 65,600.00 65,600.00 21,600.00 21,600.00 12,657.00 37,590.00 37,590.00 12,657.00 34,752.00 34,752.00 421,899.00 13,550.00 13,550.00 107,600.00 107,600.00 95,170.00 95,170.00 175 Note: All sections of the Bid Form and Schedule of Values must be completed in their entirety, including the line item for Performance and Payment Bonds. The quantities provided are for reference only; it is the contractor’s responsibility to independently verify all quantities and take-offs based on the provided plans and specifications. The total bid amount must comprehensively cover all improvements shown, specified, or described in the construction documents and project scope—without exception, omission, or assumption of exclusion. All unit and estimated prices submitted will be considered firm and binding. The total sum costs shall remain valid for 180 days from the bid opening date and will apply to any authorized modifications or expansions of the project scope. SUBMITTED THIS DAY OF 20____. PROPOSAL SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Proposal Fax Number Signature Email Address Title 39 of 111 15 JULY 25 CON-MECH, INC 305-414-6324 YUDEL CUBILLAS 305-848-6324 info@con-mech.com PRESIDENT 176 177 FORM 8 REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS. REFERENCE#! Public Entity Name:CITY OF HOLLYWOOD WATER TREATMENT PLANT Reference Contact Person/Title/Department:Homero Rodriguez /Maintenance Superintendent Contact Number &Email 954-980-0042 /HRODRIGUEZ@hollywoodfl.org Public Entity Size/Number of Residents/Square Mileage:140,000 +Permanent Residents /30 SqM Event(s)Completed (include Name of Project/Event,Date of Event Start/Completion,Details on Size/Scope of Work/Complexity)RePlacernent of a 40 Tons Trane RTU System for the Pump Station Control Room.Disconnection, removal,and disposal of existing equipment.Installation of new weather proof electrical disconnect.Installation of new smoke detectors. Start-up of new system.Start Date:09/20/2024.Completion Date:09/23/2024 Service/Maintenance Agreement currently active. Is the Contract still Active?Yes *No 40 of 1 1 1 178 REFERENCE #2 Public Entity Name:Ocean 3 Condominium Reference Contact Person/Title/Department:R°n Koening /Chief Engineer /Engineering Contact Number &Email 954-270-3910 /allphasemaintenance@yahoo.com Public Entity Size/Number of Residents/Square Mileage:860+Residents Event(s)Completed (include Name of Project/Event,Date of Event Start/Completion,Details on Size/Scope of Work/Complexity)01/07/2025 "02/11/2025-PAC1 &PAC2 Replacement.Complex project consisitng of replacement of two 25 Tons Trane Water Source Heat Pumps 100%OA and integration to BMS for automation/remote controlling and diagnostic.Disconnection,removal, and disposal of existing systems and sheet metal section of ductwork.Installation of new equipment.Fabrication and installation of new sheet metal ductwork.Installation of motorized air dampers Reconnection of control system.Start-up and configuration of automatic scheduling. Is the Contract still Active?Yes No 41 of III 179 REFERENCE #3 Public Entity Name:Grove Gardens Condo Reference Contact Person/Title/Department:Al Soto /Property Manager /Management Contact Number &Email 305-345-7275 /alsoto@effectivepropertyservices.com Public Entity Size/Number of Residents/Square Mileage:200 +Residents.Restaurants.Villas Event(s)Completed (include Name of Project/Event,Date of Event Start/Completion,Details on Size/Scope of Work/Complexity)1^08/2022 -02/01/2023.45 Tons Air Cooled Chiller Replacement and New OA Unit Installation.Complex project consisting of disconnection,removal,and disposal of existing unit and installation of new Trane Chiller (roof location).Installation of approx 150'of new chilled water piping. Installation of a new OAU.Instalallation of new sheet metal internally insulated ductwork.Installation of 26 new exhaust fans. Installation of associated electrical circuits. Is the Contract still Active?Yes No * 42 of 1 1 1 180 E-VERIFY AFFIDAVIT In accordance with Section 448.095,Florida Statutes,the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees.The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify.For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify,please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below,the contracting entity acknowledges that it has read Section 448.095,Florida Statutes and will comply with the E-Verify requirements imposed by it,including but not limited to obtaining E- Verify affidavits from subcontractors. 0 Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. Signed,sealed and deliveredInthepresenceof: Witness #I Print Name:alex BORREGO Title:PRESlDEi Entity Name:CON-MECH,INCWitness#2 Print Name:MARIA T CARREIRA ACKNOWLEDGMENT State of Florida County of miami-dade The foregoing instrument was acknowledged before me by means of 0 physical presence or online notarization,this 12 day of JULY ,20 25 ,by YUDEL cubillas (name of person)as PRESIDENT (type of authority)for con-mech,INC (name of party on behalf of whom instrument is executed). YOHANIA CHAMIZO Notary Public (Print,Stamp,or Type as Commissioned) x Personally known to me;or Produced identification (Type of Identification:) Did take an oath;or *Did not take an oath —-—~ Commission #HH 220934 My Commission ExpiresApril13,2026 68 of 1 1 1 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 Con-Mech, Inc 181 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: 4.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5.The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a.The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8.The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 182 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 183 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15.The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17.The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18.The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 184 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 185 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 186 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 187 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4.DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6.DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 188 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4.The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6.The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1.If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4.If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 189 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a.Scanning and uploading the document, or b.Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 190 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: B. TERMINATION 1.The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3.An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non- Federal contractor participants, and will be required to use the E-Verify p rocedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 191 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 192 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 Electronically Signed 04/22/2025 USCIS Verification Division Electronically Signed 04/22/2025 Yudel Cubillas Con-Mech, Inc 193 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 Con-Mech, Inc 1 to 4 9802 NW 80th Ave Unit 38 Hialeah Gardens, FL 33016 MIAMI-DADE 814945498 238 1 site(s) 194 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 1FL 195 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 ycubillas@con-mech.comEmail Fax Yudel CubillasName 7867183310Phone Number 196 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 197 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 Con-Mech, Inc 198 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: 4.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5.The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a.The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8.The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 199 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 200 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15.The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17.The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18.The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 201 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 202 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 203 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 204 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4.DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6.DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 205 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4.The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6.The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1.If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4.If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 206 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a.Scanning and uploading the document, or b.Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 207 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: B. TERMINATION 1.The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3.An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non- Federal contractor participants, and will be required to use the E-Verify p rocedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 208 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 209 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 Electronically Signed 04/22/2025 USCIS Verification Division Electronically Signed 04/22/2025 Yudel Cubillas Con-Mech, Inc 210 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 Con-Mech, Inc 1 to 4 9802 NW 80th Ave Unit 38 Hialeah Gardens, FL 33016 MIAMI-DADE 814945498 238 1 site(s) 211 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 1FL 212 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 ycubillas@con-mech.comEmail Fax Yudel CubillasName 7867183310Phone Number 213 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2673931 214 E Verify E-VERIFY IS A SERVICE OF DHS AND SSA 215 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Effective July I,2024,Section 787.06,Florida Statutes,a nongovernmental entity executing,renewing,or extending a contract with a governmental entity is required to provide an affidavit,signed by an officer or a representative of the nongovernmental entity under penalty of perjury,attesting that the nongovernmental entity does not use coercion for labor or services as defined in Section 787.06(2)(a), Florida Statutes. By signing below,I hereby affirm under penalty of perjury that: I.I have read Section 787.06,Florida Statutes,and understand that this affidavit is provided in compliance with the requirement that,upon execution,renewal,or extension of a contract between a nongovernmental entity and a governmental entity,the nongovernmental entity must attest to the absence of coercion in labor or services. 2.I am an officer or representative of con-mech,inc ,a nongovernmental entity. 3.CON-MECH,INC does not use coercion for labor or services as defined in the relevant section of the law. In the presence of:Under penalties of perjury,I declare that I have read the foregoing and the facts stated in it are true: Print Name:yudel cubillas Title:president Entity Name:con-meci OATH OR AFFIRMATION State of Florida County of MIAMI-dade Sworn to (or affirmed)and subscribed before me by means of Q physical presence or online notarization,this 12 day of JULY ,20 25 ,by YUDEL CUBILLAS (name of person)as PRESIDENT (type of authority)for CON-MECH,INC (name of party on behalf of whom instrument is executed). YOHANIA CHAMIZO Notary Public (Print,Stamp,or Type as Commissioned) X Personally known to me;or Produced identification (Type of Identification:) Did take an oath;or *Did not take an oath 0» YOHANIA CHAMIZONotaryPublic-State of Florida 'Commission #HH 220934MyCommissionExpiresApril18,2026 69 of 1 1 1 216 AFFIDAVIT REGARDING PROHIBITION ON CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN Pursuant to Section 287.1 38,Florida Statutes (which is expressly incorporated herein by reference),a governmental entity may not knowingly enter into a contract with an entity which would give access to an individual’s personal identifying information if (a)the entity is owned by ethe government of a foreign country of concern;(b)the government of a foreign country of concern has a controlling interest in the entity;or (c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. This affidavit must be completed by an officer or representative of an entity submitting a bid,proposal, or reply to,or entering into,renewing,or extending,a contract with a governmental entity which would grant the entity access to an individual’s personal identifying information. CON-MECH,INC (“entity”)does not meet any of the criteria in paragraphs (2)(a)-(c)of Section 287.138,F.S. In the presence of: .4^ Witness #1 Print Narpe:alex borrego Witness #2 Print Name:MARIA T CARREIRA Under penalties of perjury,I declare that Print Name:yudel cubillas Title:president \( Entity Name:CON-MECH,JNC I have read the foregoing and the facts stated in it are ue: State of Florida County of miami-dade OATH OR AFFIRMATION Sworn to (or affirmed)and subscribed before me by means of Q physical presence or online notarization,this 12 day of ,20 25 ,by YUDEL cubillas (name of person)as PRESIDENT (type of authority)for CON-MECH,inc (name of party on behalf of whom instrument is executed). YOHANIA CHAMIZO Notary Public (Print,Stamp,or Type as Commissioned) X Personally known to me;or Produced identification (Type of Identification:) Did take an oath;or X Did not take an oath r-rIl YOHANIA CHAMIZO t Notary Public-State of Florida i Commission #HH 220934 S My Commission ExpiresIApril18,2026 70 of 1 1 1 217 ATTACHMENT B DECLARATION/AFF1DAVIT OF REPRESENTATION This Affidavit is not required for compliance with the City’s Solicitation;however,it may be used to avoid the need to register members of your presentation team as lobbyists.Pursuant to City Ordinance 28-14- 2206 (c)(9),any person who appears as a representative for an individual or firm for an oral presentation before a City certification,evaluation,selection,technical review,or similar committee,must list on an affidavit provided by the City staff,all individuals who may make a presentation.The Affidavit must be filed by with the City Clerk's office at the time the a bid or proposal is submitted to the City.For the purpose of this solicitation only,the members listed for the presentation team,with the exception of any person otherwise required to register as a lobbyist,shall not be required to pay any registration fees.No person may appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this Affidavit or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to Section 92.525(2),Florida Statutes,the undersigned,YUDEL CUBILLAS,makes the following declaration under penalties of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. NAME TITLE YUDEL CUBILLAS PRESIDENT YOHANIA CHAMIZO VP Under penalties of perjury,I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically,that the persons listed above are the members of the presentation team of the entity listed below. 71 of III Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE MECHANICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESCUBILLAS, YUDELDo not alter this document in any form.CON-MECH INCLICENSE NUMBER: CMC1250619EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.3511 NW 6TH STCAPE CORAL FL 33993Always verify licenses online at MyFloridaLicense.comISSUED: 07/11/2024218 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 07/14/2025 Advantage Insurance of America 4520 NW 7th St Miami FL 33126 Marta Acosta (305) 649-5566 (305) 649-5559 marta@advantageinsuranceofamerica.com CON-MECH INC 9802 NW 80th Ave. UNIT 38 Hialeah FL 33016 Scottsdale Ins Company 41297 INFINITY COMMERCIAL AUTO 11738 KINSALE INSURANCE COMPANY 38920 ASCENDANT UNDERWRITERS 13683 A Y CPS8171458 03/21/2025 03/21/2026 1,000,000. 100,000. 5,000. 1,000,000. 2,000,000. 2,000,000. B 50006499801 04/21/2025 04/21/2026 1,000,000 C 0100373957-0 05/30/2025 04/21/2026 4,000,000 4,000,000 D N WC-75484-5 03/28/2025 03/28/2026 1,000,000 1,000,000 1,000,000 City of Fort Myers Airside Operations DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AIR CONDITIONING SERVICES 2018 FORD TRANSIT T-150 CARGO 1FTYE9ZM5JKB20662019. FORD TRANSIT T-250 CARGO 1FTYR2CM8KKB64297. State Certified Mechanical Contractor License CMC1250619. City of South Miami named as Additional Insured. Y City of South Miami 6130 Sunset Drive South Miami, Florida 33143 219 ACORD 220 A ACRISURE* July 11,2025 City of South Miami 6130 Sunset Drive South Miami,FL 33143 RE:Con-Mech,Inc. ITB No.PR2025-07 -Gibson-Bethel Community Center Outside Air Unit Replacement & Miscellaneous Improvements To Whom It May Concern: The above referenced company is a highly-regarded and valued client of Merchants National Bonding,Inc,rated by Best's KR Guide as A(Excellent),with a financial rating of Class IX.Merchants National Bonding,Inc has established surety support covering single projects up to $1,000,000 and an aggregate bond limit of $1,000,000.However,these amounts are not to be construed as our maximum level of support;rather it is a guideline for the daily servicing of the above referenced company's surety needs. Customary with industry practice,the issuance of any bond is a matter of discretion and subject to satisfactory underwriting conditions at the time of request.These conditions include but are not limited to the financial condition of our client,a review of the contract,bond terms and conditions,and evidence of project financing.We assume no liability to third parties or to you if for any reason we do not execute said bonds. If we can provide any further assurances or assistance,please do not hesitate to call upon us. Sincerely, MERCHANTS NATIONAL BONDING,INC. Eduardo Menendez,Attorney in Fact Reply To:P.O.Box 561567 •Miami,FL 33256-1567 9500 S.Dadeland Boulevard •Fourth Floor •Miami,FL 33156-2867 Tel:305.670.611 1 •email@insource-inc.com-www.insource-inc.com 221 Merchants^ BONDING COMPANY™ POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company (in California only)(herein collectively called the "Companies”)do hereby make,constitute and appoint,individually, Charles D Nielson;Christian Collins;David R Hoover;Eduardo Menendez;Jarrett Merlucci;Michael Megahan;Michael Moyer;Taylor Rosenhaus their true and lawful Attorney(s)-in-Fact,to sign its name as surety(ies)and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual)on April 23,2011 and amended August 14,2015 and April 27,2024 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015 and amended on April 27,2024. ''The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof.” “The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed.” In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 28th day of March >2025 -o- STATE OF IOWA COUNTY OF DALLAS ss. -O- 19332003 \^P0^4 MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING,INC. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY President On this 28th day of March 2025 ,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Penni Miller Commission Number 787952 My Commission Expires January 20,2027 (Expiration of notary’s commission does not invalidate this instrument) Notary Public I,Elisabeth Sandersfeld,Secretary of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 11 day of July ,2025 POA 0018 (6/24) LBT Local Business Tax Receipt Miami−Dade County Office of The TaxCollector -THIS IS NOT A BILL - DO NOT PAY BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES Must be displayed at place of business Pursuant to County Code PAYMENT RECEIVED BY TAX COLLECTOR Chapter 8A - Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder’s qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles − Miami−Dade Code Sec 8a−276. For more information, visit mdctaxcollector.gov 7222868 CON-MEH INC C/O YUDEL CUBILLAS QUALIFIER 196 CMC1250619 SEPTEMBER 30, 2026CON-MECH INC 9802 NW 80TH AVE UNIT 38 HIALEAH GARDENS, FL 33016-2337 Worker(s) 7507390 GENERAL MECHANICAL CONTRACTOR PTBTC-25-121780 RENEWAL 45.00 1 07/11/2025 222 2230003860101202506102116266300386 MIAMI-DADE COUNTY OFFICIAL DOCUMENT miamidade.gov Permit No:APCF-004770-2025/2026 (CERT)-NR Permit Issued To:CON-MECH,INC. Facility Location:9802 NW 80 AVE (#38) HIALEAH,FL 33016- Regulatory and Economic Resources Environmental Resources Management 701 NW 1st Court •7th Floor Miami,Florida 33136-3912 T 305-372-6600 F 305-372-6893 Contact Name/Address: Attn:Yudel Cubillas CON-MECH,INC. 9802 NW 80 AVE,#38 HIALEAH,FL 33016- STRATOSPHERIC OZONE PROTECTION ANNUAL OPERATING PERMIT gS DESCRIPTION OF FACILITY/EQUIPMENT This document,issued under the provisions of Chapter 24,Miami-Dade County Environmental Protection Ordinance,shall be valid from 01-JUL-2025 through 30-JUN-2026.The above named permittee is hereby authorized to operate the pollution control facility that consists of the following: The permittee is authorized to handle and purchase refrigerants containing ozone-depleting compounds utilized in refrigeration systems. This facility is subject to conditions listed below and in the following pages (if any)of this permit. SPECIFIC CONDITIONS 1 This permit only authorizes the permittee to handle and purchase in Miami-Dade County those refrigerants classified under the Clean Air Act as containing ozone-depleting compounds.The purchase of such refrigerants in Miami-Dade County shall only be conducted through distributors permitted by the Department.The bulk sale of refrigerants is not authorized.Only the sale of refrigerants by the pound during repairand service is acceptable.For the listing of ozone-depleting compounds and information on the phase out of these compounds,please visit the following USEPA internet site:https://www.epa.gov/ozone-layer- protection . 2.This permit shall not be considered an authorization to install,service,repair,salvage or dismantle refrigeration systems.It is the responsibility of the permittee to obtain all required licenses,certifications,permits and/or approvals from the federal,state and local agencies having jurisdiction over said activities. 3.The release of refrigerants containing ozone depleting compounds into the ambient air during installation,service,repair, salvage or dismantling of any refrigeration system is prohibited.Exceptions to the refrigeration release prohibition are covered under Sections 608 and 609 of the Clean Air Act.Refrigerants must be recovered and recycled using USEPA approved equipment.Refrigerants that are recovered for reclamation shall be stored in DOT approved containers. 4.Refrigerants shall only be handled by technicians holding a valid certification issued in accordance with the requirements of Section 608 of the Clean Air Act. 5.All refrigerant recovery/recycling equipment must be properly maintained to ensure continued operating efficiency of at least 90%refrigerant recovery.The permittee shall demonstrate that recovery/recycling equipment is in good working condition,when requested by Department personnel. 6.For a minimum of two (2)years,the permittee shall maintain records documenting the handling of refrigerants that shall include the following:(i)Quantities and types of refrigerants purchased including the date of purchase;(ii)The name and address of the customer whose refrigeration system was serviced;(iii)Amount of refrigerant used (added to the unit)and amount of refrigerant(s)recovered/recycled;(iv)In the event that the recovered refrigerant is recycled and charged back into the refrigeration system,a statement regarding the refrigerant recovery,recycle and recharge must be included in the records;(v) Address of the reclaiming facility where the refrigerant was sent for reclamation;(vi)Dates and invoices for the transaction of the Lisa M.Spadafina,Director Paae 1 of 2 Division of Environmental Resources Management (DERM)y Miami-Dade County Department of Regulatory and Economic Resourc 224 recovered refrigerants.All records must be presented to Department personnel upon request. 7.Prior to sale or change of ownership,used refrigerants must be reclaimed to the purity level specified in ARI Standard 700-1988, Specifications for Fluorocarbon Refrigerants (40 CFR Part 82 Subpart F Appendix A).Purity must be verified using the analytical methodology prescribed in ARI Standard 700-1988. 8.The permittee,by acceptance of this document,agrees to maintain the subject operation so as to comply with the requirements and standards of Chapter 62-281,Florida Administrative Code,Sections 608 and 609 of Title VI of the Clean Air Act,58 FR 28660 and 57 CFR 31241,in addition to the applicable Miami-Dade County regulations. GENERAL CONDITIONS 9.The Permittee,by acceptance of this document,agrees to operate and maintain the subject operation so as to comply with the requirements of Chapter 24 of the Code of Miami-Dade County. 10 .If for any reason,the Permittee does not comply with or will be unable to comply with any condition or limitation specified on this document the Permittee shall immediately notify and provide the Department with the following information:(a)a description of and cause of non-compliance;and (b)the period of non-compliance including exact dates and times;or,if not corrected,the anticipated time the non-compliance is expected to continue,and steps taken to reduce,eliminate,and prevent recurrence of the non-compliance.The Permittee shall be responsible for any and all damages which may result and may be subject to enforcement action by the Department for penalties or revocation of this document. 11.As provided in Section 24-15 of the Code of Miami-Dade County,the prior written approval of the Department shall be obtained for any alteration to this facility. 12.The issuance of this document does not convey any vested rights or any exclusive privileges.Nor does it authorize any injury to public or private property or any invasion of personal rights,nor any infringement of federal,state or local laws or regulations. Nor does it relieve the Permittee from liability for harm or injury to human health or welfare or property. 13.This document is required to be posted in a conspicuous location at the facility site during the entire period of operation. 14.The Permittee must provide written notification to the Department upon ceasing operations at the facility that includes the official date of closure.If the submittal of other information is required by the Department prior to the closure of the facility pursuant to the conditions of this permit,said information must be submitted in accordance with the requirements and applicable timeframes indicated therein. 15.This document is not transferable.A new or modified permit issued by the Department,pursuant to Chapter 24 of the Miami- Dade County Code,is required for any changes or modifications to the name of the Permittee,facility location,or upon sale or legal transfer of the property or facility. 16.The Permittee,by acceptance of this document,specifically agrees to allow access to the named source at reasonable times by Department personnel presenting credentials for the purposes of inspection and testing to determine compliance with this document and Department rules. 17.This document does not constitute an approval by the Department or certification that the Permittee is in compliance with applicable laws,ordinances,rules or regulations.The Permittee acknowledges that separate enforcement actions may be initiated by the Department and that this document does not constitute compliance with orders issued in conjunction with enforcement actions for correction of violations. 18.This document does-not-indieate a waiver of or approval of any other Department permit that-may-be-required for other aspects of this facility. 19.Failure to comply with any condition of this document,or the requirements of Chapter 24,Code of Miami-Dade County may subject the Permittee to the penalty provisions of said Chapter including civil judicial penalties up to $25,000 per day per offense and/or criminal penalties not to exceed $500 per day or,for violations of Section 24-42.4 Sanitary Sewer Discharge Limitations and Pretreatment Standards not to exceed $2,000 per day and/or sixty (60)days in jail. Page 2 of 2 225 HVAC Technician Certification EPA Clean Air Section 608 Program Cert ticaton Date Jan 26,1S94 YUDEL CUBILLAS P400E882F4FA560D1 has been certified as Tecmcian Type UniversalasRequiredby4CCFRPart82,Subpart P StateofFloridaDepartmentofStateIcertifyfromtherecordsofthisofficethatCON-MECHINCisacorporationorganizedunderthelawsoftheStateofFlorida,filedonJanuary12,2017,effectiveJanuary11,2017.ThedocumentnumberofthiscorporationisP17000003665.IfurthercertifythatsaidcorporationhaspaidallfeesduethisofficethroughDecember31,2025,thatitsmostrecentannualreport/uniformbusinessreportwasfiledonFebruary27,2025,andthatitsstatusisactive.IfurthercertifythatsaidcorporationhasnotfiledArticlesofDissolution.GivenundermyhandandtheGreatSealoftheStateofFloridaatTallahassee,theCapital,thistheTwenty-seventhdayofApril,2025TrackingNumber:9977423060CUToauthenticatethiscertificate,visitthefollowingsite,enterthisnumber,andthenfollowtheinstructionsdisplayed.https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication226 9802 NW 80TH AVENUE UNIT 38 HIALEAH GARDENS, FL 33016 Current Principal Place of Business: Current Mailing Address: 9802 NW 80TH AVENUE UNIT 38 HIALEAH GARDENS, FL 33016 US Entity Name: CON-MECH INC DOCUMENT# P17000003665 FEI Number: 81-4945498 Certificate of Status Desired: Name and Address of Current Registered Agent: CUBILLAS, YUDEL 3511 NW 6TH ST CAPE CORAL, FL 33993 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Officer/Director Detail Date FILED Feb 27, 2025 Secretary of State 3705472903CC YUDEL CUBILLAS PRESIDENT 02/27/2025 2025 FLORIDA PROFIT CORPORATION ANNUAL REPORT No Title PRES Name CUBILLAS, YUDEL Address 3511 NW 6TH ST City-State-Zip:CAPE CORAL FL 33993 Title VP Name CHAMIZO, YOHANIA Address 408 CHIQUITA BLVD N City-State-Zip:CAPE CORAL FL 33993 227 228 ARTICLES OF INCORPORATION I 'I L £DIncompliancewithChapter607and/or Chapter 621,F.S.(Profit) AXnORI CON-MECHINC 17 ’2 2 2^The name of the corporation shall be:;;-_ r’;r v:’i ""'-i ‘;r ARTICLE fl PRINCIPAL OFFICE 1 p'i Principal street address 25355 SW 130th AVE HOMESTEAD,PL 33032 ARXICLEJII PURPOSE any and all lawful businessThepurposeforwhichthecorporationisorganizedis:, Mailing address,if different is:SAMEADRESS ARTICLE IV SHARES 100Thenumberofsharesofstockis: ARTICLED INITIAL OfFICERR AND/OR DIRECTORS XI YUDEL CUBILLAS.PRESIDENTNameandTitle.Name and Title: 25355 SW 130th AVEAddress Address:• HOMESTEAD,FL 33032 Name andTitle:Name and Title:' Address ;Address; Name and Tide:Name and Title: Address Address: unoooexoi-ii 3 229 H J) Name and Title:Name and Title: Address __Address: ARTICLE VI REGISTERED AGENT The name and Florida street addrcsi (P.O.Box NOT acceptable)of the registered agent is: Name:YUDEL CUBILLAS Address:25355 SW 130th AVE HOMESTEAD,FL 33032 ARTICLE VII INCORPORATOR The name apd address of the Incorporator is: BRIK GONZALEZName 8660 W FLAGLER ST STE 207Address: MIAMI,FL 33144 ARTICLE nil EFFECTIVE DATE:01/n/2017Effectivedate,if other than the date of filing:.(OPTIONAL) (If an effective date is lilted,the date must be specific and cannot be more than five business days prior or 90 business days after the filing.) Note:If the date inserted in this block does not meet the applicable statutory filing requirements,this date will not be listed as the document’s effective date on the Department of State’s records. 01/11/2017 Requ Signature/Regjstered Agent Date and a Required Si Saving been this certificate fl am fi fist^ed ag^d io accept service of process for the above stated corporation at the place designated inaccepttheappointmentasregisteredagentandagreetoactinthiscapacity that the facts stated herein are true.I am aware that the false information submitted in a teg a third degree felony as provided for ins.817.155,FS. 01/11/2017 Date I submit Ms docu doam&ntlodh ^\qooOC>10^1 230 Note:Please print this page and use it as a cover sheet Type the fax audit number (shown below)on the top and bottom of all pages of the document Florida Department of State Division of Corporations Electronic Filing Cover Sheet (((Hl 7000010739 3))) HI 700001 07393ABC Note:DO NOT hit the REFRESH/RELOAD button on your browser from this page.Doing so will generate another cover sheet To; Division of Corporations Fax Number :(850)617-6381 From: Account Name ;TRAMILEX LLC Account Number :120150000086 Phone :(786)469-9163 Fax Number :(305)848-3716 rr>' c-/•'*-..**Enter the email address for this business entity to be used far future;annual report mailings.Enter only one email address please.** Email Address FLORIDA PROFIT/NON PROFIT CORPORATION £ CON-MECH INC ££L Certificate of Status 0 Certified Copy 0 i[Page Count 01 Estimated Charge _$70.00 ! ro ! N SAMS JAN 1 3 2017 1 of2 1/11/2017 6:00 PM 231 Department of State New Filing Section Division of Corporations P.O.Box 6327 Tallahassee,FL 32314 COVER LETTER "led17PH??; SUBJECT:CON-MECH INC (PROPOSED CORPORATE NAME -MUST INO.VDE 5UFFTX> Enclosed are an original and one (1)copy of the articles of incorporation and a check for. a $70.00 S78.75 $78.75 $87.50 Filing Fee Filing Fee &Certificate of Status Filing Fee Filing Fee, &Certified Copy Certified Copy &Certificate of Status ADDITIONAL COPY REQUIRED YUDIEL CUBILLASFROM:_____ Name (Printed or typed) 25355 SW 130th AVE Address HOMESTEAD,FL 33032 City,State &Zip ‘: (786)718-3310 Daytime Telephone number ycubilla3c@h0tmail.com E-mail address:(to be used for future annual report notification) NOTE:Please provide the original and one copy of the articles. 1 Tabulation Sheet Agency Name City of South Miami Bid Number ITB-(ITB) No. PW2025-07-0-2025/SK Bid Name GIBSON-BETHEL COMMUNITY CENTER OUTSIDE AIR UNIT REPLACEMENT & MISCELLANEOUS IMPROVEMENTS Bid Due Date 07/16/2025 10:00:00 Eastern Bid Opening Closed 5 responses found.online,  offline,  not submitting,  not received  Company Responded Address Bid Amount Alt Bid Amount Declared Attributes Documents Sent Complete 1 .Advanced Roofing, Inc. 07/15/2025  15:44:03  Eastern 1950 NW  22nd  Street, Fort  Lauderdale, FL, 33311  $436130.0000 0.0000 Bidding Document  2 .Comfort Tech Air Conditioning, Inc. 07/16/2025  08:41:30  Eastern 13117 NW  107th  Avenue,  Bay #6, Hialeah  Gardens,  FL, 33018  $580000.0000 0.0000 Bidding Document  3 .Con-Mech, Inc 07/16/2025  09:26:25  Eastern 9802 NW  80th Ave, Unit 38,  Cape Coral, FL, 33016  $421899.0000 0.0000 Hispanic  Owned,  Small  Business Bidding Document  4 .Cool Water Air Conditioning 07/16/2025  00:34:48  Eastern 13080  Miranda St, Coral  Gables, FL, 33156  $448000.0000 0.0000 Hispanic  Owned,  Small  Business Bidding Document  5 .Green Air Innovations 07/15/2025  19:32:55  Eastern 14375 sw  119 ave, Quail  Heights,  FL, 33186  $261700.0000 0.0000 Bidding Document  232 Member Name City of South Miami Bid Number ITB-(ITB) No. PW2025-07-0-2025/SK Bid Name GIBSON-BETHEL COMMUNITY CTR OUTSIDE AIR REPLACEMENT 50 Planholder(s) found 880 NOTIFIED SupplierName FullNameEmail Address1 City State Code Attributes adatechco Carlos Mauricio GuzmanAdatechcollc@gmail.com 1301 NE Miami Gardens Dr.Miami FL 33179 Advanced Roofing, Inc.Debbie GiulianiDebbieG@advancedroofing.com1950 N.W. 22nd Street Fort Lauderdale FL 33311 Air Changes Mechanical RICARDO ARDILArardila@airchanges.us1365 NW 98th Ct Unit 4 Doral FL 33172 Air Duct Aseptics Petrina Teborpetrina@ADAflorida.com937 NW 31 Avenue Pompano Beach FL 33069 Woman Owned Air Ways Mechanical Services, LLC Hector Graciahg@airwaysmechanical.com5011 NW 37 Avenue Tamarac FL 33309 airmatic controls, inc.Bob Robertsbroberts@aisairmatic.comPO Box 550727 Davie FL 33355 Small Business Airmax Service Corporation Michael Lorionmlorion@airmaxservice.netPO Box 430210 South Miami FL 33243 Small Business, Woman Owned All in One Repairs LLC Dayron Borrasallinonerepair001@gmail.com 20601 sw 93rd ave Miami, FL 33189 Miami FL 33189 Alta Home Remodeling Co DBA Alta Quality Builders Moises Montanezinfo@altaremodeling.net15358 Sw 62nd St Miami FL 33193 Hispanic Owned, Small Business, Veteran Anchor Mechanical, Inc.Brett Kornbluthckeohane@anchormechanical.com1983-1985 10th Ave N Lake Worth FL 33461 Arkest LLC Rafael Calderaarkest@att.net50 N Laura Street Jacksonville FL 32202 Awnings by Design, Corp.Raul Salgadosalesawningsbydesign@gmail.com3945 NW 32nd Ave # C Miami FL 33142 Hispanic Owned Best Roofing Services, LLC Jess Murphyjmurphy@bestroofing.net1600 NE 12th Terrace Fort Lauderdale FL 33305 Blizzard Air Conditioning LLC ROBERTO VILLAVERDEblizzard.air@hotmail.com14346 sw 157th st miami FL 33177 Hispanic Owned, Small Business Carrier Corporation Bradley Katzmanbradley.katzman@carrier.com Fort Lauderdale FL Comfort Tech Air Conditioning, Inc.Maykel Hernandezhvac@comfort-techinc.com6543 SW 75 Terrace Miami FL 33143 Con-Mech, Inc Yudel Cubillasinfo@con-mech.com9802 NW 80th Ave Cape Coral FL 33016 Hispanic Owned, Small Business ConstructConnect ConstructConnect Bid Opportunitiescontent@constructconnect.com3825 Edwards Rd Cincinnati OH 45209 Cool Water Air Conditioning Maya Leshemsales@coolwaterac.com13080 Miranda St. Coral Gables FL 33156 Hispanic Owned, Small Business Daikin Applied Guillermo Feriaguillermo.feria@daikinapplied.com15712 SW 41st St Fort Lauderdale FL 33331 4 Document(s) found for this bid 233 Dodge Data Bonny Mangolddodge.docs@construction.com 2860 S State Highway 161, Suite 160 #501 Arlington TX 75052 Dynamiq Automation Solution Oriesky Joyainfo@dynamiqas.com 7228 taft st hollywood florida Hollywood FL 33024 Formax Construction LLC Nathan Cassidynathan@formaxco.com1015 33rd St NW Washington DC 20007 Gemrock Janina Bianchijb@gemrockfl.com3143 sw 21 st Miami FL 33145 Hispanic Owned, Small Business Gershen Associates Christopher Vidalchris.vidal@gershenassociates.com9769 south dixie highway Miami FL 33156 Gh-Builders Inc Christian Veracveraghb@gmail.com6405 NW 36 ST Miami FL 33166 Green Air Innovations Rogelio Cotoinfo@callgreenair.com14375 sw 119 ave Quail Heights FL 33186 Green Alliance Inc.Ramon Duarterduarte@greenalliancecorp.com14996 SW 20th Terrace Miami FL 33185 Hispanic Owned, Small Business GREEN ENGINEERING & CONSTRUCTION INC.Rosana Dreyerinfo@greenengcon.com8757 NW 35th LANE DORAL FL 33172 Hispanic Owned, Small Business, Woman Owned Hahn Construction Engineering Contractors, PATTY HAHNhahnconstruction@hahncec.com23555 SW 153 Ct Homestead FL 33032 Jascko Corporation Gov Bidsgovbids@jascko.com10201 SW 90 Ave Miami FL 33176 JCR Mechanical Contactor Inc Diana Martinezoffice@jcrmechanicalcontractor.com2520 W 74 ST Hialeah FL 33016 Johnson Controls Christian Lambertzchristian.lambertz@jci.com495 NW 101st Ave Coral Springs FL 33071 Lassco Development Inc Sebastian Castano-Sastresebastian@lasscoinc.com3471 NW 55TH ST Fort Lauderdale FL 33309 Leadex Corporation Nelson Fonsecanelson@leadexcorp.com6535 SW 49th Street DORAL FL 33155 Hispanic Owned LGI Construction LEONARD GRAHAMleonardgrahaminc@gmail.com 1773 Blount Road, unit 314 POMPANO BEACH FL 33069 African American Owned Lincoln Surety Group L.L.C.Mark Kowalskimark@lincolnsuretygrp.com1990 Main Street Sarasota FL 34236 Small Business Millennium Roofing LLC Alon Oamiinfo@mroofers.com16499 NE 19th Ave North Miami Beach FL 33162 Onvia, Inc. - Content Department Content Source Managementsourcingsupport@deltek.com509 Olive Way, Suite 400 Seattle WA 98101 Pilar Services Inc Eddy Gonzalezeddy@pilarservices.com10200 NW 25 St Miami FL 33172 Premier Air Conditioning and Refrigeration, Inc.Jose HernandezJhernandez@trustpremierac.com2165 West 10 Ct Hialeah FL 33010 Hispanic Owned, Small Business Sleiman Construction, LLC Danny Sleimandanny@sleimanc.com2801 NW 74th Ave Miami FL 33122 Hispanic Owned, Small Business Southern Comfort Solutions, Inc.Ricky Monzonricky@scsacinc.com10331 SW 145 Place Miami FL 33186 Thermal Concepts, Inc Carol BurghardtCBurghardt@thermalconcepts.com2201 College Avenue Davie FL 33317 Thermia Emiro Pinedathermia.us@gmail.com5735 NW 112th Path Miami FL 33178 234 Thinking on my World Inc Rafael Ramirez Cabrerathinkingonmyacworld@gmail.comMiami FL Hispanic Owned, Small Business Vanguard Concepts Corp Aylin Ortaaylinorta@vanguardconcept.us16503 NW 83 Place Miami Lakes FL 33016 Waypoint Contracting, Inc Manny Vecininfo@waypointci.comPO BOX 558482 Miami FL 33255 Wrightwood Capital Group Abraham Metelluswrightwoodcapitalgroup@gmail.com822 NE 125th Street Miami FL 33161 X10 Construction Andrei Pushkaroucgc1534373@gmail.com100 Bayview Dr APT 605 North Miami Beach FL 33160 235 Bidder Bid Price Bid ACK. Bid CERT SOV Bidder Qualif.Ref.ADA Public Entity Crimes and Conflicts Non Coll. Affidavit BUS ENTITY Anti Coll.Scrutinized Company Drug free Workplace Non-Discr.Warranty Accept. Dispute Disclosure Debar GREEN AIR $261,700.00 X X **X X X X X X X X X X X X CON-MECH $421,899.00 X X X X X X X X X X X X X X X X ADVANCED ROOFING $436,130.00 X X X X X X X X X X X X X X X X COOL WATER $448,000.00 X X X X X X X X X X X X X X X X COMFORT TECH $580,000.00 X X X X X X X X X X X X X X X X **GREEN AIR: SOV MISSING FEE FOR AS-BUILTS; TWO REFERENCES SUBMITTED NOT THREE AS REQUESTED; NO EVIDENCE OF BONDING CAPACITY SUBMITED ADVANCED: SUBMITED EVIDENCE OF BONDING CAPACITY COMFORT TECH: NO EVIDENCE OF BONDING CAPACITY CON-MECH: SUBMITED EVIDENCE OF BONDING CAPACITY COOL WATER: NO EVIDENCE OF BONDING CAPACITY COMMUNITY CENTER OUTSIDE AIR REPLACEMENT PERFORMANCE & PAYMENT BONDS AND PROOF OF INSURANCE IS A CONDITION OF AWARD NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER 236 City of South Miami Reference Check Reference Respondent: Miami-Dade Water & Sewer: William Diaz Project Description: This project includes all associated electrical, mechanical, and structural coordination required to replace the rooftop Outdoor Air Units (OAUs), modification of ductwork to integrate OAUs with existing RTUs, replacement and reconfiguration of toilet exhaust fans, installation of new building management system, and implementation of a dehumidification control sequence, in accordance with the provided construction documents. The goal is to improve indoor air quality, reduce moisture infiltration, and achieve long-term compliance with ventilation and energy efficiency standards. Firm: Con-Mech, Inc Date: July 17, 2025 1. Please provide a brief description of the scope of work completed by the subject firm for your organization. Please rate questions 2 through 4 on a scale of 1 to 3, with 1 being the lowest and 3 being the highest.: 2. How satisfied were you with the qualifications, experience, and professionalism of the subject firm’s personnel in fulfilling the contract requirements? (Please circle one) 1 2 3 3. Did the subject firm keep you informed about the progress of the work, especially when special needs or issues arose? (Circle one) 1 2 3 237 $South ’Miami THE CITY OF PLEASANT LIVING 4. Please rate the quality of service provided by the subject firm. (Circle one) 1 2 3 5. Were there any change orders associated with your project? (Circle one) Yes or No If Yes, please indicate whether the change order(s) were initiated by the Contractor, the Owner, or Both. 6. If presented with a similar opportunity in the future, would you consider hiring the subject firm to perform the work again? (Circle one) Yes or No 7. Is there anything we should consider while evaluating the subject firm for the new outside air units and miscellaneous improvements at the community center? Name: _______________________ Title: _______________________ Signature:_______________________ Phone: _______________________ Email:_______________________ Date: July , 2025 Please return the completed form via email to: Steven Kulick, Chief Procurement Manager, at skulick@southmiamifl.gov 238 $South ’Miami THE CITY OF PLEASANT LIVING City of South Miami Reference Check Reference Respondent: City of Hollywood Water Treatment Plant: Homero Rodriguez Project Description: This project includes all associated electrical, mechanical, and structural coordination required to replace the rooftop Outdoor Air Units (OAUs), modification of ductwork to integrate OAUs with existing RTUs, replacement and reconfiguration of toilet exhaust fans, installation of new building management system, and implementation of a dehumidification control sequence, in accordance with the provided construction documents. The goal is to improve indoor air quality, reduce moisture infiltration, and achieve long-term compliance with ventilation and energy efficiency standards. Firm: Con-Mech, Inc Date: July 17, 2025 1.Please provide a brief description of the scope of work completed by the subject firm for your organization. Please rate questions 2 through 4 on a scale of 1 to 3, with 1 being the lowest and 3 being the highest.: 2.How satisfied were you with the qualifications, experience, and professionalism of the subject firm’s personnel in fulfilling the contract requirements? (Please circle one) 1 2 3 3.Did the subject firm keep you informed about the progress of the work, especially when special needs or issues arose? (Circle one) 1 2 3 CON-MECH, INC was contracted to furnish and install one (1) new 40-ton Trane package unit at the City of Hollywood, Wastewater treatment Plant. 239 $South ’Miami THE CITY OF PLEASANT LIVING 4.Please rate the quality of service provided by the subject firm. (Circle one) 1 2 3 5.Were there any change orders associated with your project? (Circle one) Yes or No If Yes, please indicate whether the change order(s) were initiated by the Contractor, the Owner, or Both. 6.If presented with a similar opportunity in the future, would you consider hiring the subject firm to perform the work again? (Circle one) Yes or No 7.Is there anything we should consider while evaluating the subject firm for the new outside air units and miscellaneous improvements at the community center? Name: _______________________ Title: _______________________ Signature:_______________________ Phone: _______________________ Email:_______________________ Date: July , 2025 Please return the completed form via email to: Steven Kulick, Chief Procurement Manager, at skulick@southmiamifl.gov We would definitely work with them again in the future if the opportunity arises They consistently delivered high-quality work and strong performance throughout the project. Their team is responsive and efficient, offering quick and practical solutions whenever issues arise. Always accessible and dependable, the staff maintains a high level of professionalism, welcomes feedback and suggestions, and remains dedicated to excellence and accountability. Homero Rodriguez Maintenance Superintendent 954 921 3288 hrodriguez@hollywoodfl.org 17 240 $South ’Miami THE CITY OF PLEASANT LIVING