Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-02-0915
J-02-487 5/16/02 RESOLUTION NO. 02- 915 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH THE GREATER MIAMI CONVENTION AND VISITORS BUREAU (THE "BUREAU") FOR THE BUREAU'S ISSUANCE OF A REQUEST FOR QUALIFICATIONS FOR A CONSTRUCTION MANAGER AT RISK AND ITS RESPONSIBILITY TO OVERSEE AND MANAGE THE CONSTRUCTION OF THE WATSON ISLAND REGIONAL AVIATION AND VISITORS CENTER. WHEREAS, the City of Miami, the Miami Sports and Exhibition Authority ("MSEA") and the Greater Miami Convention and Visitors Bureau (the `Bureau") have agreed to develop and operate an air transportation facility in Watson Island (the "Project") pursuant to (a) the Interlocal Agreement dated August 14, 1997 (the "Interlocal Agreement") by and between the City and MSEA, (b) the Sublease and Operating Agreement, dated November 3, 1997, between MSEA and the Bureau and (c) the Funding Agreement dated November 3, 1997, between MSEA, the City and the Bureau (collectively, the "Existing Agreements"); and "A '$ t a1 Y✓'S Cat a Stu A q� /e u W CITY C©MUSSION, �iI±ITI:�G t.t 2 2 2002 Resolution Pio. 02- 915.```, WHEREAS, the Existing Agreements contemplate that the City will be responsible for the construction of the Project; and WHEREAS, the City and the Bureau have agreed that the Bureau will be responsible for overseeing the construction of the Project, including, without limitation, the construction management, the bidding and the award of the construction contracts and the parties are in the process of finalizing an agreement to that effect (the "Development Agreement"); and WHEREAS, construction of the Project will be funded by the Bureau (directly and through grant monies) and by the Florida Department of Transportation ("FDOT") through a Joint Participation Agreement with the City, as supplemented over time to provide additional funds for the Project (the "JPA"); and WHEREAS, a grant obtained by the Bureau to partially fund construction of the Project requires that construction commence no later than December 31, 2002, thereby requiring the immediate solicitation of bids for construction of the Project; and WHEREAS, the City and the Bureau have determined that the most advantageous method of developing the Project is through the Page 2 of 4 02- 915 procurement of construction management services, as provided in Section 255.20, Florida Statutes; and WHEREAS, FDOT has approved this method of procurement of services, provided that the Bureau issues the RFQ as agent for the City pursuant to an agreement; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The City Manager is authorizedllto execute an Agreement, in substantially the attached form, with the Greater Miami Convention and Visitors Bureau (the "Bureau") for expedite the Bureau's issuance of a Request for Qualifications for a Construction Manager at Risk and its responsibility to oversee and manage the construction of the Watson Island Regional Aviation and Visitors Center. 1 The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. Page 3 of 4 02- 915 Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor./ PASSED AND ADOPTED this 22nd day of August , 2002. 4n— Kcza'i — MANUEL A. DIAZ, M R ATTEST: PRISCILLA A. HOMPSON CITY CLERK APPR AS,I / FORM CORRECTNESS: ICV'tl/ NDRO-7ILARELLO ATTORNEY W6364:LB:BSS 21 If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 4 of 4 02- 915 AGREEMENT FOR ISSUANCE OF RFO FOR THE AIR TRANSPORTATION FACILITY AT WATSON ISLAND This Agreement (the "Agreement") is made and entered into this day of May, 2002, by and between the City of Miami, a municipal corporation of the State of Florida (the "City") and the Greater Miami Convention and Visitors Bureau, a Florida not-for-profit corporation ("Bureau"), to expedite the issuance of a Request for Qualifications for a Construction Manager at Risk to oversee and manage the construction of the Watson Island Regional Aviation and Visitors Center located in the southwest area of Watson Island in the City of Miami, Miami - Dade County, Florida. RECITALS A. The City, the Bureau and Miami Sports and Exhibition Authority ("MSEA"), have agreed to develop and operate an air transportation facility in Watson Island (the "Project") pursuant to (a) the Interlocal Agreement dated August 14, 1997 (the "Interlocal Agreement") by and between the City and MSEA, (b) the Sublease and Operating Agreement dated November 3, 1997 between MSEA and the Bureau, and, (c) the Funding Agreement dated November 3, 1997 between MESA, the City and the Bureau (collectively, the "Existing Agreements"). B. The Existing Agreements contemplate that the City will be responsible for the construction of the Project. C. The City and the Bureau have agreed that the Bureau shall be responsible for overseeing the construction of the Project, including, without limitation, the construction management, and the bidding and the award of construction contracts, and the parties are in the process of finalizing an. agreement to that effect (the "Development Agreement"). D. Construction of the Project will be funded by the Bureau (directly and through grant monies) and by the Florida Department of Transportation ("FDOT") through a Joint Participation Agreement with the City, as supplemented over time to provide additional funds for the Project (the "JPA"). E. A grant obtained by the Bureau to partially fund construction of the Project requires that construction commence no later than December 31, 2002, thereby requiring the immediate solicitation of bids for construction management services for the Project. F. The City and the Bureau have determined that the most advantageous method of developing the Project is through the procurement of construction management services, as provided in Section 255.20, Florida Statutes. G. FDOT, which must approve all contracts relating to the Project for compliance with its funding requirements under the JPA, has approved the utilization of construction management services for the development of the Project and the issuance of a Request for 02- 915 Qualifications (the "RFQ") for construction management services by the Bureau, provided that the RFQ is issued by the Bureau as agent for the City pursuant to an agreement approved by FDOT. H. The City and the Bureau wish to enter into this Agreement to immediately issue the RFQ, notwithstanding that the Development Agreement has not been completed. NOW, THEREFORE, in consideration of the foregoing, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree that the foregoing recitals are true and correct and further agree as follows: 1. Authorization: The City hereby authorizes the Bureau to issue an RFQ in substantially the form attached hereto as Exhibit A, on the following terms and conditions: (a) The City shall be represented on the Selection Committee described in the RFQ. The Selection Committee will be comprised of five (5) members, with two (2) members appointed by the Bureau, two (2) members appointed by the City and one (1) member appointed by FDOT. In the event that FDOT chooses not to participate on the Selection Committee, then the Bureau shall appoint three (3) representatives. (b) The Bureau shall keep the City informed of all proposals received and shall deliver true and correct copies of same to the City. (c) The Bureau shall have the power and authority to issue the RFQ, follow the procurement procedures set forth therein, and, as part of the Selection Committee, evaluate the proposals submitted pursuant to the RFQ and select the successful proposer, all subject to the terms and conditions of the RFQ. However, the Bureau shall have no power to award a contract for construction management services at this time. (d) The City shall not be responsible for any costs or expenses whatsoever incurred by the Bureau or any proposer in connection with the issuance of the RFQ or preparation of a proposal. The Bureau hereby indemnifies the City from all matters in connection with any such claims. (e) The Bureau shall not issue any materially substantive amendments to the RFQ without the written consent of the City Attorney, which consent shall not be unreasonably withheld or delayed. If the City Attorney fails to respond to a request for consent under this paragraph within a period of five (5) business days, then the amendment in question shall be deemed approved. No consent from the City shall be required for responses to requests for clarifications by prospective proposers if such responses are given as specified in the RFQ and as otherwise required by law. (f} The Bureau shall observe and comply with all applicable laws, regulations and ordinances, including without limitation those set forth in the JPA, in connection with all matters relating to the RFQ. (g) If the City determines in its reasonable judgment that any or all of the proposals submitted under the RFQ do not meet the express requirements 2 02- 915 of the RFQ, then, upon the City's written request to do so, the Bureau shall reject any such proposals and, in the event all proposals are so rejected, the Bureau may re -issue the RFQ. 2. Limited Scope: It is understood and agreed that the authorization herein granted is limited to the issuance of the RFQ and nothing further; it being the intent of the parties that all other matters relating to the development of the Project shall be covered under the Existing Agreement or the Development Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed as of the day first above written. Attest: By:_ Name: Title: Attest: By: Priscilla A. Thomson, City Clerk Approved as to Form and Correctness By: Alejandro Vilarello, City Attorney City of Miami \\MIA -SR V01 \ 1386272v06\5/ 10/02\ 10195.010100 Greater Miami Convention and Visitors Bureau By:_ Name: Title: City of Miami By: Carlos A. Gimenez, City Manager Approved as to Form and Correctness , General Counsel Florida Department of Transportation 3 k CITY OF MIAMI;I,FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: ez City Manager 22 DATE : �,A� i v ?Or�2 FILE v SUBJECT: Resolution Authorizing Bureau to Issue RFQ REFERENCES: City Commission Agenda May 23, 2002 ENCLOSURES: RECOMMENDATION: The Administration recommends that the City Commission adopt the attached Resolution authorizing the issuance of a request for qualifications (RFQ) for construction management services for the development of the Air Transportation Facility at Watson Island. This Resolution further authorizes the City Manager to execute an agreement, in substantially the attached form, with the Greater Miami Convention and Visitors Bureau ("Bureau") authorizing the Bureau to issue the RFQ for construction management services, in substantially the form attached to the agreement. BACKGROUND: The City, the Miami Sports and Exhibition Authority ("MSEA") and the Greater Miami Convention and Visitors Bureau (the "Bureau") have agreed to develop and operate an air transportation facility in Watson Island (the "Project") pursuant to (a) the Interlocal Agreement dated August 14, 1997 (the "Interlocal Agreement") by and between the City and MSEA, (b) the Sublease and Operating Agreement dated November 3, 1997 between MSEA and the Bureau, and, (c) the Funding Agreement dated November 3, 1997 between MESA, the City and the Bureau (collectively, the "Existing Agreements"). The Existing Agreements contemplated the City being responsible for construction of the Project. The City and the Bureau have agreed that the Bureau will assume responsibility for overseeing the construction of the Project, including, without limitation, the construction management, and the bidding and the award of the construction contracts, and the parties are in the process of finalizing an agreement to that effect (the "Development Agreement"). The Development Agreement will fiuther require the approval of MSEA. Construction of the Project will be funded by the Bureau (directly and through grant monies) and by the Florida Department of Transportation ("FDOT") through a Joint Participation Agreement with the City. 02- 915 The Honorable Mayor and Members Of the City Commission Page 2 A grant that has been obtained by the Bureau to partially fund construction of the Project requires that construction commence no later than December 31, 2002, thereby requiring the immediate solicitation of bids for construction of the Project. The City and the Bureau have determined that the most advantageous method of developing the Project is through the procurement of construction management services, as provided in Section 255.20, Florida Statutes. FDOT has approved this method of procurement of services provided that the Bureau issues the RFQ as agent for the City pursuant to an agreement. FISCAL IMPACT There is no fiscal impact on the City of Miami. -k"6 CAG/DBILB1m CC RFQ 02-. 915 REQUEST FOR QUALIFICATIONS NEGOTIATED FEE - GUARANTEED MAXIMUM PRICE CONSTRUCTION MANAGEMENT SERVICES WATSON ISLAND REGIONAL AVIATION AND VISITOR CENTER DD��' ` ? SIP ISSUED BY.- GREATER Y: GREATER MIAMI CONVENTION AND VISITORS BUREAU 02- 915 OneStepa Cor. -i woEx SYSTEM REQUEST FOR QUALIFICATIONS AND EVALUATION PROCEDURES EVALUATION SUMMARY SHEET, FORM DBC5033 2 EXPERIENCE QUESTIONNAIRE AND CONTRACTOR'S FINANCIAL STATEMENT FORM DBC -6086 3 FLORIDA DEPARTMENT OF TRANSPORTATION JOINT PARTICIPATION AGREEMENT 4 PROJECT PLANS AND SPECIFICATIONS 5 `^= CatdinW' 02- 915 REQUEST FOR QUALIFICATIONS AND EVALUATION PROCEDURES Project Name: Watson Island Regional Aviation and Visitor Center Project Number. 02-01 Response Date: June 14, 2002 Scope of Services: The -purpose of this Request for Qualifications is to select the most qualified firm .for the provision of the Construction Management Services for a negotiated fee under a guaranteed maximum price for the Watson Island Regional Aviation and Visitors Center. This facility will be located on 5.6 acres of land located on Watson Island in the City of Miami and is further described in subsection II. As the Construction Manager, the firm will be expected to provide, at a minimum, value engineering, design review, constructability analyses, bidding and supervision of all construction activities, cost control and all tasks normally associated with construction management services. In addition, Ole firm will be responsible to supervise the removal of underground fuel tanks and any associated environmental remediation, if necessary and the relocation of underground and overhead utilities. The Guaranteed Maximum Price has been estimated at I. General Instructions: A. The response should be submitted in a sealed envelope addressed to: Greater Miami Convention and Visitors Bureau 701 Brickell Avenue, Suite 2700 Miami, FL 33131 Attn: Diana M. Gonzalez, Project Manager Deadline: June 14, 2002 B. Six (6) copies of the response must be furnished on or before the deadline. C. The response must contain a manual signature of an authorized represen- tative of the responding firm. 3 02- 915 D. Any questions concerning the request for qualifications should be directed to the Project Manager at (305) 669-0949. E. Your response must arrive at the address in Item I. A., no later than 4:30 P.M. on June 14, 2002 to be considered. F. Responses received after the scheduled receipt time will be marked "TOO LATE" and will be returned unopened to the vendor. G. The Greater Miami Convention and Visitors Bureau (GMCVB) is not liable for any costs incurred by the proposers prior to the issuance of an executed contract. H. Firms responding must be available for presentations/interviews to the Selection Committee. I. The contents of the proposal of the successful firm will become part of the contractual obligations. J. Proposals should respond to each item noted in The Experience Questionnaire and Standard Form 255 in the order noted. Identify responses with the same paragraph notation as this RFQ. K. Proposals must be typed or printed. All corrections made by the proposer prior to the opening must be initialed and dated by the proposer. No changes or corrections will be allowed after proposals are opened. L. Services to be provided resulting from this RFQ are funded, in part, by the Florida Department of Transportation (FDOT), pursuant to the Joint Participation Agreement attached in Tab IV of this document. If. Project Description: The Watson Island Regional Aviation and Visitors Center will be a regional facility for the consolidation of existing and future transportation services on Watson Island and the construction of a state of the art Visitors Center to showcase Miami and the Miami Region for tourists, convention planners and others with interest in the Miami area. The facility will be located on 5.6 acres of City owned property located in the southwest area of Watson Island. The City of Miami (City), through an interlocal agreement with Miami Sports and Exhibition Authority ("MSEA") and through a sub -lease agreement between MSEA and the GMCVB, is developing the project. Furthermore, the City has authorized GMCVB to serve as the project manager and contract agent for the project. The project components include: 4 02- 915 Terminal Building A component of the project's development plan is an approximate 42,183.3 S.F. multi-level facility located on a one -(1) acre parcel of land. The first level will function as an airport terminal supporting aviation related activities such as ticketing and baggage check-in/baggage handling areas. This terminal building will accommodate 35 passengers f .-- awaiting flights with the Seaplane and helicopter operators based at the Center. Federal Inspection Services (i.e. U.S. Customs and Immigration) offices and processing areas will be located here. Other non -aviation related spaces will be included in the first level as well. �� Among these are the Visitor's Center, to be managed and Operated by the GMCVB, an air museum, and the MSEA offices, the City of Miami's agent for the Watson Island aviation facilities. A 1,293 square foot area has been dedicated for a food service area. This food court will service passengers who desire a quick meal between flights. Helicopter Facilities The Helicopter facility, the new Heliport Facilities planned for Watson Island include a new 44,000 -sq. ft. apron that will also be constructed as part of the new Aviation and Visitors Center. This apron will be located southeast of the terminal building and will have adequate tie -down spaces to offer a more controlled landing and departure zone than what currently exist. The new helicopter facilities will accommodate the current capacity of three helicopters and will allow for future growth. Seaplane Facilities The new Seaplane Facilities planned for Watson Island will include a new 106,000 square foot aircraft apron for ingress and egress and a passenger transition area in addition to the 3,440 sq. ft. in the terminal building. There will be a dedicated area for light maintenance and service of the seaplanes within the new apron. Given the close proximity of the seaplane and helicopter operations, a 10 feet high blast wall will be constructed to separate these two operations. The location of this new apron will be centered on the existing concrete ramp east of the new terminal building and will rely on the ramp for the transition point into and out of the "Government Cut" section of the Miami Harbor main ship channel via Runway 12/30. Spillis Candela DMJM, the architect of record, has completed the design through Design Development and is currently in the process of preparing Construction Drawings and Specifications. 5 02-- 915 III. Required submittals that will be used to compare and evaluate the firms: A. Business Structure (Corporation, Joint Venture, Partnership); proper incor- poration by the Secretary of State and current Florida Professional Registration Certificate for general contractor certification. B. Financial Statement - This statement will be an audited report with com- ments and not older than one (1) year. If the most current report has not yet been audited, the previous audited report with comment shall accompany the most recent financial statement. C. Years in Business D. Total staff and firms experience profile. This criteria identifies the relative size of the firm, including management, technical, and support staff. E. Total Technical Staff - Similar to the above, the relative technical capability of the applicants can be compared. Technical staff shall be those persons proposed to be associated with the implementation of this project; project managers, engineers, supervisors, estimators, etc. F. Distance from the Site - Simply, the location in miles of the proposed operating office to the project site is to be listed. IV. Initial Screening (100 points total): From the applicants' response to the RFQ, the Selection Committee will objectively evaluate the firms' abilities in accordance with those criteria listed below (see form DBC5033): A. Related Building Experience (20 points): Major consideration will be given to the successful completion of previous projects comparable in design, scope, and complexity. List the projects which best illustrate the experience of the firm and current staff which is being assigned to this project. (List no more than 10 projects, nor projects which were completed more than 10 years ago.) 1) Name and location of the project 2) The nature of the firm's responsibility on this project 3) Project owner's representative name, address and phone number 4) Project Client agency's representative name, address, and phone number 5) Date project was completed or is anticipated to be completed 6) Size of project (gross SF of construction) 7) Cost -of project (construction cost) 8) Work for which the staff was responsible 6 02- 915 9) Present status of this project 10) Project Manager and other key professionals involved on listed project and who of that staff that would be assigned to this project B. Financial Capability (15 points): The firms' financial capability is to be expressed in the financial statement, and should indicate the resources and the necessary working capital to assure financial stability through to the completion of the project. The financial capability should also include the bonding capacity of the firm. (The firm will be required to bond on GMP.) C. Scheduling and Cost Control (10 points): The firms' scheduling system and cost control system should be described. Methods for assuring subcontractors adherence to schedule should be high- lighted. A comparison of the firms' project profile should indicate their ability to hold to original schedules and budgets. 1) Do you use or provide computer-generated schedules for the manage- ment of construction? 2) To what level of detail should a construction schedule be defined? How do you schedule the processing of shop drawings? 3) How do you coordinate development of schedule information from subcontractors? 4) State experience in handling crew loading and coordinated construction scheduling. 5) State your experience in cost loading of schedules. 6) Attach a sample schedule which best illustrates your overall scheduling capabilities. D. Office Staff (15 points): These parameters express the general and speck project related capability of the in-house staff and indicates the adequate depth and abilities of the organization that it can draw upon as needed. This will include management, technical, and support staff. Give brief resume of key persons to be assigned to the project including, but not limited to: 02- 915 E 1) Name and title 2) Job assignment for other projects 3) Percentage of time to be assigned full time to this project 4) How many years with this firm 5) How many years with other firms 6) Experience a) Types of projects b) Size of projects (dollar value & SF of project) c) What were the specific project involvements? 7) Education 8) Active registration 9) Other experience and qualifications that are relevant to this project 10) Note which projects were fast tracked Describe the capabilities of your staff to provide the technical services required for: 1) Options analysis 2) Design review 3) Budget estimating 4) Value Engineering 5) Life cycle cost analysis 6) Construction scheduling 7) Quality control (Design & Construction) 8) Constructability analysis 9) Cost control 10) Change Order negotiation 11) Claims management 12) Project closeout 13) Transition planning 14) Security systems On -Site Staff (20 points): Similarly, the ability and experience of the field staff will be evaluated with specific attention to project related experience. Give brief resume of the on-site staff to be assigned to the project including, but not limited to: 1) Name and title 2) Job assignment for other projects 3) Percentage of time to be assigned full time to this project 4) How many years with this firm 5) How many years with other firms 6) Experience a) Types of projects b) Size of projects (dollar value and SF of project) C) What was the specific project involvement? 0 02- 915 7) Education 8) Active registration (RE., G.C., etc.) 9) Other experience and qualifications that are relevant to this project 10) Note which projects were fast tracked F. For D and E (Office Staff and On-site Staff): Show the organization chart as it relates to the project indicating key personnel and their relationship. It should be understood that it is the intent of the GMCVB to insist that those indicated as the prosect team in this RFQ response actually execute the proiect. G. Develop a chart of individual staff members to be assigned responsibilities and appropriate number of days to be provided for each staff member. H. if a joint venture or prime/subcontractor arrangement of two firms, indicate how the work will be distributed between the partners. I. Describe how the organizational structure will ensure orderly communications, distribution of information, effective coordination of activities, and accountability. J. Information System (10 points): Describe the functions and capability of your computer-based project man- agement and information system. K. Distance to Site (10 points): What is the primary location of the firm office, which will have direct responsibility for this project? V. Interviews (100 points total) Optional: After the firms have been evaluated based on their written applications, the three (3) firms with the highest scores will be more closely considered through a presentation of their approach to perform this particular project. Time will be allowed for questions and answers after the presentation. The selected firms will be expected to address the following: A. References (10 points): The recommendation of previous owners and architects. 9 02- 915 B. Knowledge of the Site and Local Conditions (10 points): The firms should demonstrate their knowledge of the site, local codes and ordinances, local subcontractors and suppliers as an indication of their abil- ity to deliver quality workmanship in an effective and timely manner. C. Proposed Project Staff and Functions (20 points): The firms should name the actual staff to be assigned to this project, de- scribe their ability and experience and portray the function of each within their organization and their proposed role on this project. The staff should be present at the interview. D. Disadvantaged Business Enterprise Utilization (5 points): The firms should outline the plan that will be put in place to maximize the use of contractors that are defined as Disadvantaged Business Enterprises (DBE) in 49 CFR Part 23 as required in the Joint Participation Agreement between the City of Miami and the FDOT (see Tab IV of this document). Firms should also be prepared to identify those DBE firms that will be a part of the project team. E. Insurance Program (5 points): F. Overall Approach and Methodology (20 points): The firms should demonstrate verbally and/or graphically their plan for per- forming this project, documenting the services to be provided and showing the interrelationship of all parties. G. Cost Control/Value Engineering (10 points): As part of its services, the firms should indicate knowledge and experience in the evaluation of building systems, construction techniques and the rec- ommendations of materials to create an optimum value in meeting the de- sign requirements. H. Scheduling this Project (20 points): As a part of the project approach, the applicants should propose a schedul- ing methodology for effectively managing and executing the work in the op- timum time. The firm should indicate their procedure for scheduling and for compliance controls. The firms should describe any representative current projects and the projected, versus the actual, schedule of each. 10 02- 915 VI. VII. Describe and explain any litigation, major disputes, contract defaults, and liens in the last ten years. Florida Department of Transportation DBE Policy and Obligation: DBE Policy: it is the policy of FDOT that Disadvantaged Business Enterprises (DBE) as defined in 49 CFR Part 23, as amended, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Department funds under the Joint Participation Agreement with the City of Miami (see Section IV of this document). The DBE requirements of 49 CFR Part 23, amended, apply to this RFQ. DBE Obligation: FDOT and its contractors agree to ensure that DBE firms as defined in 49 CFR Part 23, as amended, have the maximum opportunity to participate in the performance of contracts and this project. In this regard, all recipients, and contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23, as amended, to ensure that the DBE firms have the maximum opportunity to compete for and perform contracts. Grantees, recipients and their contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of FDOT assisted contracts. The firm, which is selected to provide these construction services, must assure that it has adhered to this policy and will be required to document efforts made to enlist qualified and certified DBE participation. VIII Terms and Conditions: A. The GMCVB reserves the right to accept or reject any proposal in the best interest of the Bureau. B. The GMCVB reserves the right to award the contract to the next most qualified firm if the successful firm does not begin the contracted services within the prescribed fifteen (15) days or if an acceptable fee can not be negotiated. C. The successful firm shall not discriminate against any person in accordance with federal, state, or local law and shall comply with all conditions contained in the FDOT Joint Participation Agreement with the City of Miami included in Tab IV of this document. The proposer will be required to insure compliance with the following ` County and City ordinances: City of Miami Ordinance No. 9063 Ordinance No. 9063 restricts noise level due to construction f activities. ( See Sec. 7-5) • City of Miami Ordinance No. 10032 11 02- 915 Ordinance No. 10032 implements the "First Source Hiring Agreement." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting from the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. City of Miami Resolution No. 75-673 Resolution No. 75-673 was adopted in order to stimulate the local economy of Miami and Miami -Dade County. (See Sec. 4- 1) Miami -Dade County Cone of Silence IX. Selection Process: A. The Selection Committee will consist of a total of 5 to 7 members representing the following organizations: GMCVB City of Miami FDOT B. The Selection Committee will review all proposals received on time, and determine the three (3) firms with the highest score using the selection criteria established for the project. C. The Selection Committee will receive presentations or conduct phone interviews of the three (3) highest scoring firms and will establish ratings for each firm in accordance with the scoring criteria established for this project. D. The CEO and President of the GMCVB will consider and approve the order of the selection of the firms based on the recommendation of the Selection Committee. E. The contract for the management, overhead and profit fee will be negotiated with the firm ranked highest by the GMCVB and approved by the CEO and President. C F. The negotiated fee and contract will be approved by the Board of Directors of the GMCVB. 12 ��_ 915 ' t t t .• •INITIAL SCREENING INTERVIEW i t n � ^ n - n mm _ _ _ ...... .... ._....CC.C�... .mm ..............- mmmmmmm mmmmmmmmmmmmmmmmm� oecao».is Rews•d 10/07 P.O. 1 0 02- 915 OWNER'S INSTRUCTIONS FOR EXPERIENCE QUESTIONNAIRE AND CONTRACTOR'S FINANCIAL STATEMENT The information listed in the Experience Questionnaire and Contractors Financial Statement Forms is required to be filed with soliciting agencies prior to award of any contract In order to expedite the processing of contracts, please complete the enclosed forms in accordance with these instructions. The bidder is required to complete all the attached forms. If the bidder is a Joint Venture, then each Corporation, Partnership or Individual that is a party to the Joint Venture must complete, individually, each form. All references to "fiscal year" in this questionnaire will mean the fiscal year of the bidder filing this form. Page No. 32 Project Title - Indicate title of project as shown in the specifications. Location - Project location as shown in the specifications. Trades or Trades Being Bid - Insert in box(es) on Page 1 the code number(s) listed below which represent the trade(s) for which you are qualified to bid: Trade Building Construction Electrical Elevator Food Service Heating, Ventilating & Air Conditioning Laboratory Equipment Landscaping Plumbing Power Plants (Boilers, Equipment & Piping Refrigeration Roofing Sanitary (Sewage Treatment Plants, Pumping Stations, etc. Other Pages 33 & 34 Complete in accordance with form. Code Number 1 2 3 4 5 6 7 8 9 10 11 12 13 Page 35 Section 53 - Under "c", list previous business name or names and the number of years you have done business under these names within the past 10 years. Page 36 Section 54 - From your present payroll indicate the number of individuals in each category in the "Current" column. Estimate the maximum and minimum number of employees over the previous 3 fiscal years in each category. Pages 37 & 38 Complete in accordance with form. Pages 39 1) In Section 62, Column C insert "S" if a subcontractor or "P" if a. prime -contractor. The balance of section to be completed in accordance with form 2) Billings for 3 fiscal -years - insert year and amount 3) Work in progress at the end of the past 3 fiscal years - same as above. If additional space is required, please attach supplementary pages. 02- 915 DBC5085 Revised 4/95 M OWNER'S EXPERIENCE QUESTIONNAIRE AND CONTRACTOR'S FINANCIAL STATEMENT Project Title Location Insert code number of trade or trades for which you are qualified to bid on the basis of previous experience in accordance with attached detailed instructions, each in its respective box below. 4 3. Is your organization currently pre -qualified with any governmental agency? If so, please list. 4. Have you, in the previous five years, been denied a contract award on which you submitted the low bid in competitive bidding, or been refused prequalification? If so, please list and describe 5. Submitted by Address Date 6. (Check below) A Corporation ( ) A Co -partnership ( ) An individual ( ) A Joint Venture ( ) The contractor acknowledges that this Experience Questionnaire and Financial Statement is made for the express purpose of inducing the Owner to whom it is submitted to award a contract to the contractor, and further the co **tor acknowledges that the agency may at its discretion, by means which the Owner may choose, determine the truth and accuracy of all statements made by the contractor herein. DSC5085 Revised 4/95 02- 915 SECTION "A". FINANCIAL STATEMENT As of (Date) ASSETS 7. CASH' $ ACCOUNTS RECEIVABLE 8. From Govemment Contracts Completed _ 9. From Non-Govemment Contracts Completed _ 10. Claims included in 8 and 9 not yet approved or in litigation 5, 11. From Govemment Contracts in Process _ 12. From Non -Government Contracts in Process _ 13. Claims included in 11 and 12 not yet approved or in litigation _ 14. Retainage included in 11 and 12 _ 15. Other" (list) NOTES RECEIVABLE 16. Due within 90 days" 17. Due after 90 days" INVESTMENTS 18. Listed securities -present market value 19. Unlisted securities -.present value BID DEPOSITS 20. Recoverable within 90 days 21 Recoverable after 90 days ACCRUEDINTEREST 22. Receivable on notes 23. Receivable on Investments 24 Other (list) 25. REAL ESTATE (BOOK VALUE OR MARKET, WHICHEVER IS LESS) 26. INVENTORIES (NOT INCLUDED IN RECEIVABLE BILLING AND AT PRESENT VALUE) 27. EQUIPMENT -NET BOOK VALUE (SUPPLY LIST BY COST, DEPRECIATION, NET BOOK VALUE) OTHER ASSETS 28. Contract Costs in excess of BilCngs $_� 29. Cash Surrender Value of Life Insurance 30. Receivables from Officers and Employees 31. Other (list) ni 0605085 Revised 4195 2 SECTION "A". FINANCIAL STATEMENT (continued) 32. TOTAL ASSETS 5 'Do not include deposits for bids or other Guarantees "Do not include receivables from officers and employees ACCOUNTS PAYABLE 33. Due within I year — 34. Due after I year NOTES PAYABLE 36. Due within I year — 36. Due after I year — 37. Officers and Employees _ 38. TAXES PAYABLE 39. ACCRUED AND ACTUAL PAYROLL PAYABLE 40. MORTGAGES PAYABLE OTHER LIABILITIES 41. Federal Income Tax Provision 42. Deferred Income 43. Other (list) NET WORTH 44. (If individual proprietorship or partnership) CAPITAL STOCK 45. Common Issued and Outstanding 46. Preferred Issued and Outstanding 47. Treasury Stock CAPITAL SURPLUS 48. Earned Surplus Prior Years 49. Earned Surplus Current Year 50. TOTAL LIABILITIES AND NET WORTH S NOTE: IF ADDITIONAL SPACE IS REQUIRED, PLEASE NOTE AND ATTACH SCHEDULE TO STATEMENT 51. Dated this day of '19 Name of Organization By. Title DSC5085 02- 915 Revised 4/95 SECTION 'S'. EXPERIENCE QUESTIONNAIRE 52. If a Corporation, answer this: Date of incorporation In what State Name of Officers: President Vice President Vice President Secretary Treasure If a Partnership or Individual Proprietorship, answer this: Date of organization If a partnership, state whether partnership is general, limited association Name and Address of Partners: 53 a. How many years has your organization been in the construction business? How many years under your present business name?, c. How many years under previous business name? (List other names) SUBSIDIARY OR AFFILIATED COMPANIES IN WHICH PRINCIPALS HAVE FINANCIAL INTEREST NAME AND ADDRESS OF SUBSIDIARY OR AFFILIATED COMPANIES EXPLAIN IN DETAIL THE PRINCIPAL'S INTEREST IN THIS COMPANY AND NATURE OF BUSINESS DECS085 02— v15 Revised 4195 SECTION 'B'. EXPERIENCE QUESTIONNAIRE (Continued) NUMBER OF FULL TIME PERSONNEL WITHIN YOUR ORGANIZATION 54. a. Clerical Personnel b. Engineers & Architects c. Supervisors, Foremen, or Superintendents d. Skilled Employees including Technicians e. Unskilled Employees f. Estimators g. Total number of full time personnel 55. WHAT IS THE CONSTRUCTION EXPERIENCE OF THE PRINCIPALS AND SUPERVISORY PERSONNEL OF YOUR ORGANIZATION? (Asterisk any personnel likely to be assigned to project being bid.) PRINCIPAL'S TITLE YEARS OF IN WHAT CAPACITY NAME CONSTRUCTION AND WITH WHOM EXPERIENCE 56. SUPERVISORY TITLE YEARS OF IN WHAT CAPACITY PERSONNEL CONSTRUCTION AND WITH WHOM EXPERIENCE 57. Within the previous 3 fiscal years has your organization or predecessor organizations ever failed to complete a project? If so, state name of organization and reason thereof. 58. Within the previous 3 fiscal years has your organization been involved in litigation? If so, please list and explain nature and current status_ 02- 915 DSC5085 Revised 4!95 SECTION 't3'. EXPERIENCE QUESTIONNAIRE (Continued) 59. List all contracts completed by your organization in the previous 3 fiscal years. (If more than 10, list the 10 most recently completed.) p tedJ C,C t-+ Cit Revised 4195 SECTION W. EXPERIENCE QUESTIONNAIRE (Continued) With reference to all contracts completed by your organization in the previous fiscal years, as listed on Page 6, answer the following questions: 60. Explain differences in original contract price and in completion dates, if any. 61. Were there any liquidated damages, penalties, liens, defaults or cancellations imposed or filed against your organization? If so, list the name and location of the project, as shown in Column A, explain. Rev sed 4195 02- 915 STATUS OF UNCOMPLETED CONTRACTS As of (DATE) 62. Give full information about all of your present contracts. In Column C insert "S' if a subcontractor or "P" if a prime contractor, whether in progress or awarded but not yet begun; and regardless of with whom contracted. R W FBI E Project Description Location & Owner Design Architect And/Or Design Engineer Total Amount of Your Contract (Or Subcontract) Amount In Column C Sublet To Others Uncompleted Amount of Contract Total COMPLETE THE FOLLOWING: Net Total Billings for Previous 3 Fiscal years: 19—$ 19—$ 19—$ Average Backlog for Previous 3 Fiscal Years: (Estimated total value of uncompleted work on outstanding contact) 19—$ 19—$, 08CS085 O ,� i 5 Revised 4195 n 02- 9� 5 PUBLIC TRANSPORTATION ocR c •a.•s. Y P", q aLFMENTAL J0*1T PARTICIPATION AGR! :NT Number 1 FINANCIAL Fl1WECT NU.: FIs%J. ___A&— _ fUUR Appmp.: 088714 25415519401 I LAIR tubi.: 1w0ot F+maorc � Code: Db0f�tmmlb Contreet No • A0101 _ 0'& Federal Na: Veneer No.: Fs 000375W _ Gataww of Federal Dorneck AssiSlA VA Numbvs: Caaoiog or S; m Financial Accievow Number 55004 THIS AORECMENT, made and ffnterwi into this day of by and between the STATF OF FLORIDA DEPARTMENT OF TRAN,'pMRTA 1 ION, an agency of the State of Florida, iioreinafter referred to as the Departrtttxtt. and City of Miaml 444 S.W. 2nd Avenue. 3rd Floor MiOrm. FL 33130 hereitwi'ler refened 140 all, Agency. WITNESSE a H: WHEREAS, the rmpat;rnent and the Aganey heremlare int the 12_M of January 1090 ontered into a ."rit Participation Aqrooment; and WHEREAS, the Agency desires to accomplish certain project items as Outlined In the At1w.tment'A' appended hereto; and WHEREAS, the Department desires to paftip3te in all elig416 items for the project as outlined in Attachment 'A'for a tctal Department Shote of 54,700,419.00 NOW. THEREFORE THIS INDENTURE WITNES56TH. that kw and in consideration of the multatl benefits to flow from each to the wh*-, the cartiee hereto agree that that above described Joint Participation Agreement al to be amended and supplemented as followe: 1.00 Project Description: The proioct eescrlrinn i, amended Construct WAio.t Island Aviation t acuity. 02- 915 • WAJL.'ra►.nAwa-ovmo Mpawl 2.00 Project Cost; PuAgfapp 3.00 of said Agreement is increased by 4 3.000.On0.0o bringing the ►wised total cwt of Ifie project to $ 9,IW.M.0V Paragraph 4.00 of wW Agreement Is pncrWed by S 1.500.000.00 brfngpng the DetArir *nfe revised total cost of vw project to S 4,700.419.00 3.00 Amended Exhibits: ahibit(3) A of said Agreement it amonced ay Anammeni W. 4.00 Centraet Tien - Paragraph t8.W of saki A©reerawtt is amended Docember 3lst. 2003 02- 915 q/tr [: �AMIS� •Orn• Cr•CO ri�e9Mi Financial ProjW No. 25416819401 Contrnot No. AGI 01 Agreement Date Except as hwoby modified. omerrbea at ohangeKi, all other termd of ttaid Agreement dated Jar. uary 12th. 1999 and any oubcoquent Supplermn s shalt remain in ft* force am ptfact. IN WITNESS WHEREOF. the parties hereto have cawed thew presents ba executed. the cmy and year firet above wfdtcm AGENCY DATE FUNDING APPROVED SY COMPTROLLER (SEI ATTACHFD ENCUMBRANCE FUHM) City Of Miami NAME LEGAL REVIEW DEPARTMENT OF TRANSPORTATION Ry DEPARTMENT Or'TiiANSPOR I ATION C Cv ;isnagoT Liracter Of Plaenino & P,•og:rA�;-x iliri =y TITLE TITLE ANTES:: CITY CLERK 4nawexovn A TO Fnum &M CORRECTNESS: CITY AT-0IUJ:;Y 02- 915 RAMr4l, o PU6uc7RVW AMW.a?= P"04ds Financial Project No. 25416819401 Contract No. AG101 Agreement Date ATTACHMENT W SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT This Attachment forms an integral pact of that certain Supplemental Joint Participation Agreement between the State of Florida, Department of Transportation and City of Miami 444 S.W. 2nd Avenue. 3rd Floor Miami, FL 33130 dated DESCRIPTION OF SUPPLEMENT (include justification for cost change): This Supplemental Agreement is based on the latest budget provided by the Agency in which the total costs of the project is $10,626,881. The Department's participation is $4,700,419. !. Project Cost: Total Project Cost As Approved As Amended Net Change $6,400,838.00 $9,400,838.00 $3,000,000.00 $6,400,838.00 $9,400,838.00 $3,000,000.00 11. Fund Participation: As Approved As Amended Net Change Department: $.3,200,419.00 $4,700,419.00 $1:500.000.00 Agency: $3,200,419.00 54,700,419.00 $1,500.000.00 Other. Total Project Cost $6,400,838.00 $9,400,838.00 $3,000,000.00 Comments: Total FDOTs Project Eligibility. 94% Total FDOTs Participation: 50% 0P- STATE OF FLORMA DEPARTMENT OF TRANSPORTATION FORM 350-020-01 ENCUMBRANCE INPUT FORM COMPTROIZER FIN ADMIN 01199 RUSH (Needed by —j -J— (date)) Reason for RUSH: Advertise (Letting Date) _ Tetmination/Cen of Comp — Award _ LOA _X_ Supplemental _,. Renewal Conuton _ New Addition _ Court Order — Overrun Supplemental No.1 Contract # _AG101 Contract Type _AG_ Method of Procurement G^ Vendor Name CITY OF NIIANiI Vendor M _F596000375M— Has Written/Verbal Approval from a Participating Federat Agency been received __-_ Yes — No X,— Fed Agmt Amt State Funds -1,500,000 Local Funds_1,500,000._ Beginning date of this Agent: 01/12/99_(Must-be after fund approval) Ending date of this Agmt: 12/31/03_(Estimate if necessary) Execution date of this Agmt: 00100/00(Only on original agreements) Has work been authorized to begin? ^ Yes _X_ No Have standard financial provisions been altered by contract terms? Yes _X_ No If so, show Revision date: Does this agreement and/or change order include provisions for reimbursement to D.O.T. from other entities? ____ Yes _X_ No Brief Description of Work/Comments: Construction of Watson Island Aviation Facility RECIPIENT "C" CSFA NO. 55004 ORG-CODE *EO - OBJECT * AMOUNT *FIN PROD or JOB # *FCT (FISCAL YEAR) (FUND) alpha 55 062020628 *PT* 750004* 5_1,500,000. * 25416819401 *637 (01/02) DS TOTAL AMOUNT * S 1,500,000. Originator. -ANDREA CHAO-GARCIA_ DATE SEN _01/03/02 PH/SC:-452-5912 E-mail USERID(s) TO BE COWLS ED BY OFFICE OF COMPTROLLER BUDGET Elr=Y _100300 CATEGORY 088719-02 WORK PROGRAM VERMCATION ek ALLOTMENT YEAR DATE CHECKED CI s01_ 6S LINE 0002 FUNDS APPROVED BY Josephine Jones FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: _01103/2002_ 02- 915 STATE OF FLORIDA 1 ,RTMgT OF TRANSPORTATION FC 3S0-020,01 ENCUMBRANCE INPUT FOR COMPTROLLER -FIN ADMIN 3/98 -.:.-os�iaaooiaic�x�.3a=asisia�isiisc�xse==��s===�asaaaasii?.xa!!sc`s= RUSH (Needed -by ,/_/ (date)) ^ Reason for RUSH Advertise (Letting Date) _ Termination/Cart of Comp _ Award LOA Supplemental .._ Renewal Correction X New Addition Court Order Overrun Contract # _AG101 Contract Type AG Method of Procurement c_ vendor Name _City of Miami Vendor ID PS96000315097 Has written/verbal Approval from a Participating Federal Agency been received Yes No X_ Fed Agmt Amt State Ftm_ds$3,200,419 Local 1PuAds$3,200,419 Beginning date of this Agmt: 08/05/98(Must be after fund approval) Ending date of this Agmt: 06/30/00(Estimate if necessary) Execution date of this Agmt: ,_/_/_(Only on original agreements) Has work been authorized to begin? Yes x_ No Have standard financial provisions been altered by Contract terms? Yes X_ No If so, show Revision date: Does this agreement and/or change order include provisions for reimbursement to D.O.T. from other entities? Yes _X No Brie! Description of.Work/Comments: Construct Aviation Facilities on Watson Island * please create new contract number for this encumbrance. WPI 6823097 Job No. 87098-3810 ORG-CODE *EO * OBJECT AMOUNT +FIN PROD or JOB # *FCT (FISCAL YEAR) (FUND) alma 55 062020628 *11 * 790007 * $_3,200,419 * 25416818401 *637 (98/99) (DS/DDR) ------------------------------------------------------------------ 55 X)CC.XXX X *XX * xxxxxx * $ r XXXXX Dar DO=*xXx (XX/xX1 (XXKX) ------------------------------------------------------------------ 55 xxxxxxxxx *xx * x OCXXX * $ * xxxxx. Xy -e oc *Y= (XX/XX) (XXXX) ------------------------------------------------------------------ TOTAL AMOUNT * $ 3,200,419 * ------------------------------------------------------------------ Originator: David P. Bjo--neboeDATE SENT: 07/29/96_ PH/SC: 452-5912_ E-mail USERID(s) PT628DB iiaw:wii+a*awss*wwwwaaaaa:�**wwwr+rwwwrr++++rirwwwr+:rrwwwi+++sa:+ TO B£ COMPLETED BY OFFICE OF COMPTROLLER a+r,e*++r�:r:as*!**+:*+*r**►*++ririsrt+rrr**trrf**r++****s++rart*+i BUDGET ENTITY 5590 CATEGORY _088719-99 WORK PROGRAM VERIFICATION N/A ALLOTMENT _N/A YEAR DATE CHECKED CI X 6S LINE _0001_ FUNDS APPROVED BY TERESA ROBLING FOR THOMAS F. BOYD_, CPA, COMPTROLLER DATE: _7/29/99 r+rrrwr+r+rirrtaw*wwr•r+rr++rr+r+r+•r+rrrr•:�wrr*r+iar•**+raver:rwr 02- 915 r - C TRANSP0 ATION PUBLIC RT rusuc sw►..sP �MiK Join PARTICIPATION AGREEhIP— � i.terii Item No.: 25416819401 Fund: OiQ, SAMAS Approp: 088 19 Function: 617 SAMAS Obj.: 790007 CFDA No.: NIA Federal No: NIA Org, Code: 55 2020628 Contract No:.rT 101 Vendor No.: F596000375097 THIS AGREEMENT, made and entered into this day of . 19, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, hereinafter referred to as the Depamment, and City of iami, 444 SW 2nd Avenue Mia ; Florida 13132 hereinafter referred to as the Agency. WITNESETH: WHEREAS, the Agency has the authority to enter into said Agreement and to undertake the project hereinafter described, and the Departinent has been granted the authority to function adequately in all areas of appropriate jurisdiction including the implementation of an integrated and bahnced transportation system and is authorized under Section 337 006(61, Florida Statutes, to enter into this Agreement; NOW, THEREFORE, in consideration of the mutual covenants, promises and representations herein, the parties agree as follows: 1.00 Purpose of Agreement: the purpose of this Agreement is: Construct Watson Island Aviation Facility and as further described in Exhibits) A B_C_ & F attached hereto and by this reference made a part hereof, hereinafter referred to as the project, and to provide Departn=tal financial assistance to the Agency and state the terms and conditions upon which such assistance will be provided and the understandings as to the manner in which the project will be undertaken and completed. 02- 915 FORA T_S.C� PUBLIC TX#JMV AD)AK 00C -OM P4V 2 of 11 2.00 Accotnpl'ishmcztt of the Project: 2.10 General Requirements: The Agency shall commence, and complete the project as described in Exhibit "A' attached hereto and by this reference made a part hereof, with all practical dispatch, in a sound, economical, and efficien, manner, and in accordance with the provisions herein, and all applicable laws. 2.20 Pum=t to Federal, State, and Local Law. In the event that any election, referendum, approval, permit, notice, or other proceeding or aut =Wfion is requisite under applicable law to enable the Agency to enter into this Agreement or to undertake the project hereutder, or to observe, assume or carry out any of the provisions of, the Agreement, the Agency will initiate and consummate, as provided by law, all actions necessary with respect to any such matters so requisite. 230 Funds of the Agency: 'Ike Agency shall initiara and prosecute to completion all proceedings necessary including federal aid requirements to enable fife Agency to provide the necessary funds for completion of the project. 2.40 Submission of Proceedings, Contracts and Other Documents: The Ageacy shall submit to the Department such data, reports, records, contracts and other documents relating to the project as the Department may require as listed in Exhibit "C" attached hereto and by this reference made a part hereof. 3.00 Project Cost: The total estimated cost of the project is $6.400„838. This amount is based upon the estimate summarized in Exhibit "B" attacbed hereto and by this reference made a part hereof. The Agency agrees to bear all expenses in excess of the total estimated cost of the project and any deficits involved. 4.00 Department Participation: The Department agrees to maximum participation, including contingencies, in the project in the amount of 5120,__0 as detailed in Exhibit "B", or in an amount equal to the percentage(s) of total project cost shown in Exhibit "B", whichever is less. 4.10 Project Cast Eligibility: Project costs ebgible for Slate participation will be allowed only from the effective date of this Agreement. It is understood that State participation in eligible project costs is subject to. (a) Legislative approval of the Department's appropriation request in the work program year that the project is scheduled to be committed; (b) Availability of funds as stated in paragraph 17.00 of this Agreement; (c) Approval of all plans, specifications, contracts or other obligating doctunents and all other terms of this Agreement; (d) Department approval of,the project scope and budget (Exhibits A & B) at the time appropriation authority becomes available. 4.20 Front End Funding: Front end funding (is) (ice applicable. If applicable, the Department may initially pay 100% of the total allowable incurred project costs up to an amount equal to its total share of participation as shown in paragraph 4.00. 5.00 Retainage: Retainage (is) ilim applicable. If applicable, percent of the Dapartaent's total share of participation as shown in paragraph 4.00 is to be held in retainage to be disbursed, at the Department's discretion, on or before the completion of the final project audit. Foam rsa000b PUBLIC TVA.XV AD&flN ooc -oww wr3e(v 6.00 Project Budget and Payment Provisions: 6.10 The Project Budget: A project budget shall be prepared by the Agency and approved by the Department. The Agency shall maintain said budget, carry out the project and shall incur obligations against and make disbursements of project funds only in conformity with the latest approved budget for the project. No budget increase or decrease shall be effective Unless it complies with fund participation requirements establisbed in paragraph 4.00 of this Agreement and is approved by the Department Comptroller. 6.20 Payment Provisions: Unless otherwise allowed under paragraph 4.20, payment will begin in the year the project or project phase is scheduled in the work program as of the date of the agreement. Payment will be made for actual costs incurred as of the date the invoice is submitted with the final payment due upon receipt of a final invoice. 7.00 Accounting Records: 7.10 Establishment and Maintenance of Accounting Records: 1'he Agency shall establish for the project, in conformity with requirements established by Department's program guidelines/procedures and "Principles for State and Local Governments", separate accounts m be maintained within its existing accounting sysaem or establish independent accounts. Such accounts are referred to herein collectively as the "project account". Documentation of the project account shall be made available to the Department upon request any time during the period of the Agreement and for five years after final payment is made. 7.20 Funds Received Or Made Available for The Project: Ibe Agency shall appropriately record in the project account, and deposit in a bank or trust company which is a member of the Federal Deposit Insurance Corporation, all payments received by it from the Department pursuant to this Agreement and all other funds provided for, accruing to, or otherwise received on account of the project, which Department payments and other funds are herein collectively referred to as "project funds". The Agency shall require depositories of project funds to secure continuously and fully all project funds in excess of the amounts insured under federal plans, or under State plans which have been approved for the deposit of project funds by the Department, by the deposit or setting aside of collateral of the types and in the manner as prescribed by State Law for the security of public funds, or as approved by the Department. 7.30 Costs Incurred for the Project: The Agency shall charge to the project account all eligible costs ofthe.project. Costs in excess of the latest approved budget or attributable to actions which have not received the required approval of the Department shall not be considered eligible costs. 7.40 Documentation of Project Casts: All costs charged to the project, including any approved services contributed by the Agency or others, shall be supported by properly executed payrolls, time records, invoices, contracts, or vouchers evidencing in proper detail the nature and propriety of the charges. 7.50 Checks, Orders, and Vouchers: Any check or order drawn by the Agency with respect to any item which is or will be chargeable against the project account will be drawn only in accordance with a properly signed voucher d= on file in the office of the Agency stating in proper detail the purpose for which such check or order is drawn. All thetics, payrolls, invoices, contracts, vouchers, orders, or other accounting documents pertaining in whole or in part to the project shall be clearly identified, readily accessible, and, to the extent feasible, kept separate and apart from all other such documents. 02- 915 FOAM ?2540M !UluC Tk4MP ALACN occ-M" Par ..r 1s 7.60 Audit Reports: The Agency shall provide to the Department audit reports reflecting the use of the funds of the Department, the Agency, and those from any other source with respect to the project as required by Procedure 450-021-001 Audits shall be performed in accordance with generally accepted government auditing standards contained in the "Standar( for Audit of Governmental Organizations, Programs, Activities and Functions issued by the U. S. General Accounting Office and OMB Circulates A-128 or A-133 where applicable. The Agency shall require its auditors to include in their report a schedule of project assistance as described in Exhibit "A", Special Considerations. 7.70 Insurance: Execution of this Joint Participation Agreement constitutes a certification that the Agency has and will maintain tate ability to repair or replace any project equipment or facilities in the event of loss or damage due to any accident or casualty for the useful life of such equipment or facilities. In the event of the loss of such equipment or facilities, tate Agency shall either replace the equipment or facilities or reimburse the Department to the extent of its interest in the lost equipment or facility. In the event this Agreement is for purchase of land or for the construction of infrastructure such as airport runways the Department may waive or modify this section with an Exhibit 'C". 8.00 Requisitions and Payments: 8.10 Action by the Agency: In order to obtain any Department ft;nds, the Agency shall file with the Department of Transportation, District & Public Transportation Office 602 Rgath Miami Avenue Miami.Florida, 33.U0 its requisition on a form or forms prescribed by the Department, and other data pertaining to the project account (as defined in paragraph 7.10 hereof) to justify and support the payment requisitions. 8.11 Invoices for fees or other compensation for services or expenses shad be submitted in detail sufficient for a proper preaudit and postaudit thereof. 8.12 Invoices for any travel expenses shall be submitted in accordance with Chapter 112.061, F.S. The Departme may establish rates lower than the maximum provided in Chapter 112.061, Florida Statutes. 8.13 For real property acquired, submit; (1) the date the Agency acquired the real property, (2) a statement by the Agency certifying that the Agency has acquired said real property, and actual consideration paid for real property. (3) a statement by the Agency certifying that the appraisal and acquisition of the real property together with any attendant relocation of occupants was accornplisited in compliance with all federal laws, noes and procedures required by any federal oversight agency and with all state laws, rules and procedures that may apply to the Agency acquiring the real property. 820 The Department's Obligations: Subject to otha provisions hereof, the Department will honor such requisitions in amounts and at times deemed by the Department to be proper to ensure the carrying out of the project and payment of the eligible costs. however, notwithstanding any other provision of this Agreement,. the Department may elect by notice in writing not to make a payment on the project if., . . 8.21 b isreprmentation: The Agency shall have made misrepresentation of a material nature in its application, or any supplement therein or amendment thereof, or in or with respect to any document or data furnished therewith or pursuant hereto; 8.22 Litigation: There is then pending litigation with respect to the performance by the Agency of any of its duties or obligations which may jeopardize or adversely affect the project, the Agreement, or payments to the project; 8.23 Approval by Department: 'lite Agency shall have taken any action pertaining to the project which, under this agreement, requires the approval of the Department or has made related expenditures or incurred related obligatif 02- 915 FORM MOSM PMLtC TRANS► ADMIN OOc - GW95 Par 3d11 without having been advised by the Department that same are approved; 8.24 Conflict of Intwests: There has been any violation of the conflict of interest provisions contained herein; or 8.25 Defauk: The l V=7 has been determined by the Department to be in default under any of the provisions of the Agreement. 8.26 Federal PwWp dm (If Applicable): Any federal agetxy providing federal financial assistance to the project suspends or terminates federal financial ammace to the project. In the event of suspension or termination of federal financial assistance, the Agency will reimburse the Department for all disallowed costs. 8.30 Disallowed Casts: In determining the amount of the payment, the Department will exclude all' projects costs incurred by the Agency prior to the effective date of this Agreement, costs wbich are not provided for in the latest approved budget for tate project, and r costs attributable to goods or services received under a contract or other arrangements which have not been approved in writing by the Department. 8.40 Payment Offset: If, after project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this agreement, the Department may offset such amount from payments due for work or services done under any public transportation joint participation agreement which it has with the Agency owing such amount if, upon demand, payment of the amount is not made within sixty (60) days to the Department. Offsetting amounts shall not be considered a breach of contact by the Department. 9.00 Termination or Suspension of Project: 9.10 Termination or Suspension Generally: If the Agency abandons or, before completion, finally discontinues the project; or if, by reason of any of the events or conditions set forth in paragraphs 8.21 to 8.26 inclusive, or for any other reason, the co t, prosecudon, or timely-cornpletion of the project by the Agency is rendered improbable, infeasible, impossible, or illegal, the Department will, by written notice to the Agency, suspend any or all of its obligations under this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected, or the Department may terminate any or all of its obligations under this Agreement. 9.11 Action Subsequent to Notice of Termination or Suspension. Upon receipt of any final termination or suspension notice under this paragraph, the Agency shall proceed promptly to carry out the actions required therein which may include any or all of the following: (1) necessary action to terminate or suspend, as the case may be, project activities and contracts and such other action as may be required or desirable to keep to the minimum the costs upon the basis of which the financing is to be computed; (2) furnish a statement of the project activities and contracts, and other undertakings the cost of which arc otherwise includable as project Boss; and (3) remit to the Department such portion of the financing and any advance payment previously received as is determined by the Department to be due under the provisions of the Agreement. The termination or suspension shall be carried out in conformity with the latest schedule, plan, and budget as approved by the Department or upon the basis of terms and conditions imposed by time Department upon the failure of the Agency -to furnish the schedule, plan, and budget within a reasonable time. The approval of a remittance by the Agency or the closing out of federal financial participation in the project shall not constitimte a waiver of any claim which the Department may otherwise have arising out of this Agreement. 9.12 The Departm= reserves the right to unilaterally cancel this Agreement for refusal by the contractor or Agency to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes and made or received in conjunction with this Agreement. 10.00 Remission of Project Account Upon Completion of Project: Upon completion of the project, and after payment, provision for payment, or reimbursement of all project casts payable from the project account is made, the Agency shall rernit to the Depam:tmaent its share of any unexpended balance in the project account. 02- 915 FORM 7t OOft PCSUC TRAMP ADK-4 OGC - a&% Pw6orn 11.00 Audit and Impection: The Agency shall permit, and shall require its contractors to permit, the Department's authorized representatives to inspect all work, materials, payrolls, records; and to audit the books, records and accour- Pertaining to the financing and development of the project. 12.00 Contracts of the Agency: 12.10 Third Party Agrees mats: Except as otherwise authorized in writing by the Department, the Agency shall not execute any contract or obligate itself in any manner requiring the disbursement of Department joint participation funds, including consultant, construction or purchase of commodities contracts or amendments thereto, with any third parry with respect to the project without the written approval of the Department. Failure to obtain such approval shall be sufficient cause for nonpayment by the Department as provided in paragraph 8.23. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. 12.20 Compliance with Consultants' Competitive Negotiation Act: It is understood and agreed by the parties hereto that participation by the Department in a project with an Agency, where said project involves a consultant contract for engineering, architecture or surveying services, is contingent on the Agency complying in full with provisions of Chapter 287, Florida Statutes, Consultants Competitive Negotiation Act. At the discretion of the Department, the Agency will involve the Department in the Consultant Selection Process for all contracts. In all cases, the Agency's Attorney shall certify to the Department that selection has been accomplished in compliance with the Consultant's Competitive Negotiation Act. 12.30 Disadvantaged Business Enterprise (DBE) Policy and Obligation: 12.31 DBE Policy: It is the policy of the Department that disadvantaged business enterprises as defined in 49 CFR Part 23, as amended, shall have the maximum oppotturtity to participate in the performance of contracts financed in whole or in part with Department funds under this Agreement. The DBE requirements of 49 CFR Part 23, as amended, apply to this Agreement. 12.32 DBE Obligation: The Agency and its contractors agree to ensure that Disadvantaged Business Enterprises defined in 49 CFR Part 23, as amended, have the maximum opportunity to participate in the performance of contracts and this Agreement. In this regard, all recipients, and contractors shall take all necessary and reasonable steps in accordance with 49 CFR Pan 23, as amended, to ensure that the Disadvantaged Business Enterprises have the maximum opportunity to compete for and perform contracts, Grantees, recipients and their contractors shall not discriminate on tete basis of race, color, national origin or sex in the award and performance of Department assisted contracts. 13.00 Restrictions, Prohibitions, Controls, and Labor Provisions: 13.10 Equal Employment Opportunity: In connection with the carrying out of any project, the Agency shall not discriminate against any employee or applicant for employment because of race, age, creed, color, sex or national origin. The Agency will take affumaave action to eu>sure that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, or national origin. Such action shall include, but not be limited to, the following: Employment upgrading, demotion, or transsfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Agency shall insert the foregoing provision modified only to show the particular contractual relationship in all its contracts in connection with the development or operation of the project, except contracts for the standard commercial supplies or raw materials, and shall require all such contractors to insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. When the project involves installation, construction, demolition, removal, site improvetDeAt, or similar work, the Agency shall post. in conspicuous places available to employees and applicants for employment for project work, notices to be provided by the Department setting forth the provisions of the nondiscrimination clause. 13.20 Title VI - Civil Rights Act of 1964: Execution of this Joint Participation Agreement constitutes a certification that the Agency will comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 (78 Statute 252), the Regulations of the Federal Department of Transportation issued thereunder, and the assurance by the Agency puts+ 02- 915 FORM 74MM4 PUBLIC' TRANS} ADMOx occ-OWN hV7011 thereto. 13.30 Title VIII • Ctvil Rights Act of 1968: Execution of this Joint Participation Agreement constitutes a certification that the Agency will comply with all the requirements imposed by Title VIII of the Civil Rights Act of 1968, 42 VSC 3601,et seq., which among other things, prohibits discrimination in housing on the basis of race, color, national origin, religion, sex, disability and familial status. 13.40 America w with Disabilities Act of 1990 (ADA): Execution of this Joint Participation Agreement constitutes a certification that the Agency will comply with all the requirements imposed by the ADA, the regulations of the federal government issued thereunder, and the assurance by the Agency pursuant thereto. 13.50 Prohibited Interests: Neither the Agency nor any of its contractors or their subcontractors shall enter into any contract, subcontract, or ar:aagemem in connection with the project or any property included or planned to be included in the project, in which any member, officer, or employee of the Agency during his tenure or for two years thereafter has any interest, direct or indirect. If any such present or former member, officer. or employee involuntarily acquires or had acquired prior to the beginning of his tenure any such interest, and if such interest is immediately disclosed to the Agency, the Agency with prior approval of the Department, may waive the prohibition contained in this subsection: Provided, that any such present member, officer or employee shall not participate in any action by the Agency relating to such contract, subcontract, or arrangement. The Agency shall insert in all contracts entered into in connection with She project or any property included or planned to be included in any project, and shall require its contractors to insert in each of their subcontracts, the following provision: "No member, officer, or employee of the Agency during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof.' The provisions of this subsection shall not be applicable to any agreement between the Agency and its fiscal depositories, or to any agreement for utility services the rates for which are fixed or controlled by a Governmental agency. 13.60 Interest of Members of, or Delegates to, Congress: No member or delegate to the Congress of the United States shall be admitted to any share or part of the Agreement or any benefit arising therefrom. 14.00 Miscellaneous Provisions: 14,10 Environmental Pollution: Execution of this Joint Participation Agreemen, constitutes a certification by the Agency that the project will be carried out in conformance with all applicable environmental regulations including the securing of any applicable permits. The Agency will be solely responsible for any liability in the event of non-compliance with applicable ei vironn=W regulations, including the securing of any applicable permits, and will reimburse the Department for any loss incurred in connection therewith. 14.20 Department Not Obligated to Third Parties: The Department shall not be obligated or liable hereunder to any party other than the Agency. 02- 915 EOR { =43046 PUDUC M#.% P ADW.N OGc - M1% tayldli 14.30 When Rights and Remedies Not Waived: In no event shall the making by the Department of any payment to the Agency constitute or be construed as a waiver by the.Department of any breach of covenant or any default which m - then exist, on the part of the Agency, and the mainng of such payment by the Department while airy such breach or default sl exist shall in no way impair or prejudice any tight or remedy available to the Department with respect to such breach or default. 14.40 How Agreement Is Affected by Provisions Being Held Invalid: If any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected. In such an instance the remainder would then continue to conform to the terms and requirements of applicable law. 14.50 Bonus or Commission: By execution of the Agreement the Agency represents that it has not paid and, also, agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. 14.60 State or Territorial Law: Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision thereof, perform any other act or do any other thing in contravention of any applicable State law: Provided, that if any of the provisions of the Agreement violate any applicable State law, the Agency will at once notify the Department in writing in order that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the project. 14.70 Use and Maintenance of Project Facilities and Equipment: The Agency agrees that the project facilities and equipment will be used by the Agency to provide or support public transportation for the period of the useful life of such facilities and equipment as determined in accordance with general accounting principles and approved by the Department. The Agency further agrees to maintain the project facilities and equipment in good worldng order for the useful Iife of said facilities or equipment. 14.71 Property Retards: The Agency agrees to maintain property records, conduct physical inventories and develop control systems as required by 49 CFR Part 18, when applicable. 14.80 Disposal of Project Facilities or Equipment: If the Agency disposes of any project facility or equipment during its useful life for any purpose except its replacement with like facility or equipment for public transportation use, the Agency will comply with the terms of 49 CFR Part 18 relating to property management standards. The Agency agrees to remit to the Department a proportional amount of the proceeds from the disposal of the facility or equipment. Said proportional amount shall be determined on the basis of the ratio of the Department financing of the facility or equipment as provided in this Agreement. ; 14.90 Contractual Indemnity: To the exert provided by law, the Agency shall indemnify, defend, and hold harmless tine Department and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any act, error, omission, or negligent act by the Agency, its agents. or employees. during the performance of the Agreement, except Oat neither the Agency, its agents, or its employees will be liable under this paragraph for any claim, loss, damage, cost, charge, or expense arising out of any act, error, Omission, or negligent act by the Department or any of its officers, agents, or employees during the performance of the Agreement. When the Department receives a notice of claim for damages that may have been caused by the Agency in the performance of services required under this Agreement, the Department will immediately forward the claim to the Agency. The Agency and the Department will evaluate the claim and report their findlrtgs to each other within fourteen (14) worldng days and will jointly discuss options in defending the claim. After reviewing the claim, the Department will determine whether to require the participation of the Agency in the defense of the claim or to require that the Agency defend the Department in such claim as described in this section. The Department's failure to promptly notify the Agency of a claim shall not act as a waiver of any right herein to require the participation in or defense of the claim by the Ageocy. The Department and the Agency will each pay its own expenses for the evaluation, settlement negotiations, and trial, if airy. However, if only one party participates in the defense of the claim at trial, that party is responsible for all expenses at trial. 02- 915 FORM 75000 FUGUCTIANSP AWN occ.QM hp t or 13 15,00 Mares and Specifications: In rite event that this Apeement involves the purchasing of capi tat equipment or the constructing and equipping of facilities, the Agency shall submit to the Department for approval all appropriate plans and specifications covering the project. The Department will review all plata and specifications and will issue to the Agency written approval with any approved portw of the project and comments or reeotmnendations concerning any remainder of the project deemed appropriate. After resolution of these comments and recontaaendatlotu to the Department's satisfaction, t}:e Department will issue to the Agency written approval with said rernunder of the project. Failure to obtain this written approval shall be sufficient cause for nonpayment by tate Department as provided in paragraph 8.23. 16.00 Project Completion, Agency Certification: The Agency will certify in writing on or attached to the final invoice, that the project was completed in accordance with applicable plans and specifications, is in place on the Agency facility, that adequate title is in the Agency and that the project is accepted by the Agency as suitable for the intended purpose. 17.00 Appropriation of Funds: 17.10 The Sate of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. 17.20 Mind year C mnitment: In the event this Agreement is in excess of 525,000 and has a term for a period of more than one year, the provisions of Chapter"339.135(6)(a), Florida Statutes, are hereby incorporated: "(a) The Departmem, during any fiscal year, shall not expend money, incur any liability, or enter into any contact which, by its terms involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of 25,000 dollars and which have a term for a period of more than 1 year." 18.00 Expiration of Agreement: The Agency agrees to complete the project on or before Dyne 30 2000 . If the Agency does not complete the project within this time period, this Agreement will expire unless an extension of the time period is requested by the Agency and granted in writing by the District Secretary, District Six . Expiration of this Agreement will be considered termination of the project and the procedure established in paragraph 9.00 of this Agreement shall be initiated. 18.10 Fnnal Invoice: The Agency must submit the final invoice on this project to the Department within 120 days after the expiration of this Agreement. Invoices submitted after the 120 day time period will not be paid. 19.00 Agreement Format: All words used herein in the singular form shall extend to and include the plural. All words used in the plural forth shall extend to and include the singular. All words used in any gender shall extend to and include all genders. 20.00 Execution of Agreement: This Agreement may be simultaneously executed in a minimum of two countt:tpam, each of which so executed shall be deemed to be an original, and such counterparts together shall constitute one in rite same instrument- 21.00 nstrumenr 21.00 Restrictions on Lobbying: 21.10 Federal: The Agency agrees that no federal appropriated funds have been paid or will be paid by or on behalf of the Agency, to any person for influencing or attempting to influence any officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension. continuation, renewal, amendment or modification of any federal contract, gnat. 02- 915 FOLM 7'S430ft mere zw►Isr DoH oac - OWN Poke 30 of : 1 loan or cooperative agreement. If any funds other than federal appropriated funds have been paid by the Agency to any person for influencing or attempr to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or . employee of a Member of Congress in connection with this Joint participation Agreement, the undersigned shall complete and submit Standard Form -LIZ, "Disclosure Form to Report Lobbying," in accordance with its instructions. The Agency shall require that the language of this section be included in the award documents for all subawards at all tiers (including subcontracts, st iputs, and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 21.20 State: No funds received pursuant to this contract may be expended for lobbying the Legislature or a state agency. 22.00 Vendors Rights: Vendors (in this document identified as Agency) providing goods and services to the Department should be aware of the following time frames. Upon receipt, the Department has five (5) working days to inspect and approve the goods and services unless the bid specifications, purchase order or contract specifies otherwise. The Deparanent has 20 days to deliver a request for payment (voucher) to the Department of Banking and Finance. The 20 days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved. If a payment is not available within 40 days after receipt of the invoice and receipt, inspection and approval of goods and services, a separate interest penalty in accordance with Section 215.422(3)(b) will be due and payable, in addition to the invoice amount to the Agency. The interest penalty provision applies after a 35 day time period to health care providers, as defined by rule. Iruerest penalties of less than one (1) dollar will not be enforced unless the Agency requests payment. Invoices which have to be returned to an Agency because of vendor preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department. A Vendor Ombudsman las been established within the Department of Banldng and Finance. The duties of this individ include acting as an advocate for Agencies who may be experiencing problems in obtaining timely payment(s) from ti.. Department. The Vendor Ombudsman may be contacted at (904)488-2924 or by calling the State Comptroller's Hotline, 1-800- 848-3792. 23.00 Public Entity Crime: Pursuant to 287.133(3)(x) F.S. the following is applicable to this agreement. 287.133(2xa) "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity mirne may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perforin work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. " r�a,r.i Tib TUDI:C TRANSP ADWS OOC - am Papa of u Item No.: 2541,5 t1M 11 CFDA No.: N/A Contract No, AQ 101 Agreement Date _1 — IN WIT_.TMS WMEOF, the parties hereto have caused these presents be executed, tie day and year first above written. AGENCY FDOT NAME: Donald H. Warshav See aVFW Encatabraace Farm for date of Funding by Comptrolkr dr10 BY: LEGAL APPROVZ;; TITL'F: City Manager AHROVEO 0 CORRECTNESS. TrrLfi 02. 915 Is STATE OF FLORIDA DEP7- Of TRANSPORTATION FOP.M 350-020-01 ENCUMBRANCE INP FOP.M COMPTROLLER -?IN 42N 3/98 ==��aszz==s:ss:szassa��a:�=::=ecc=x�a==ax_a=:szzssaz�z==xac==o=..o RUSH (Needed by _„/—/_ (date) ) Reason for RUSH _ Advertise (Letting Date) _ Termination/Cert of Comp Award LOA Supplemental Renewal _ Correction _X_ New Addition i Court Order Overrun Contract # AG101_ Contract Type _AG_ Method of Procurement G_ vendor Name _City of Miami_ _ _ Vendor ID F59600037509'7 Has Written/Verbal Approval from a Participating Federal Agency been received Yes No X Fed Agmt Amtw� State Fzds$3,200,419 Local Funds$3,200,419 Beginning date of this Agmt: 08/05/98 (Must be after fund approval) Ending date of this Agmt: 06/30/00(Estzmate if necessary) Execution date of this Agmt: _/_/ (Only on original agreements) Has work been authorized to begins? Yes xNo te Have standard financial provisions been alr_ed by contract terms? Yes x_ No If so, show Revision date: Does th_is agreement and/or change order include provisions for reimbursement to D.O.T. from other entities? Yes _X_ No !lsrrsasssstassislas:sass*raasara*sass+++*slss+:lt!lirissassraasts Brief Description of Work/Comments: Construct Aviation Facilities on Watson Island * Please create new contract number for this encumbrance. WPI 6823097 Job No. 87098-3810 rs:stn++*:salsr**aaarrrrrraar+�+arrrr++rrsssr+::tar**ra*tirrrrasst ORG-CODE *EO * OBJECT * AMOUNT *FIN PR03 or JOB R *FCT (FISCAL YEAR) (FUND) alpha 55 062020628 *11 * 790007 * $-'Z,200,419— * 25416818401 *637 {98/y3} _ (DS/DDR) ------------------------------------------------------------------ 55 xxxxxxxxx *xx * xxxxxx * $ *XXXXXXXXXXX *xxx (xx 1Xx) (xxxx) ------------------------------------------------------------------ 55 xxxxxxxxx *xx * xxx.-cxx * $ * xx=xxxxxx= *XXX (x=/xx) (xxxx) ------------------------------------------------------------------ TOTAL AMOUNT * $_3,200,419, ----------------------------------------------------------------- Originator: David P. bjorneboeDATE SENT:_07/29/98_ PH/SC:-4S2-5912- E-mail USERID(s)_PT62PDb ass!++t,tla:!*l::sns**sa*sass!t**salrr+*rear!++r,►+sr**aaaslaf!!*r*s TO BE COMPLETED BY OFFICE OF COMPTROLLER araasr+r+aatssrrraasaa+rr+rataar saasaarrasa•:sr*+:ssstataattsitraa BUDGET ENTITY 5590 CATEGORY _088719-99 WORK PROGRAM VERIFICATION N/A ALLOTMENT `N/A YEAR DATE CHECKED CI X 65 LINE _0001_ FUNDS F.PPROVED BY TERESA RORLING FOR TY.OMAS F. BOYD GPA, COMPTROLLER DATE: _7/29/96 sss:t+*+santslsrrasrsatr�+sass+a+sass++rrrisslarsir+arsaatsaratrrs 02- 915 Item No.:'25416819401 CFDA No. • Nle � — CONTRACT NO. AG 101 CYT „A" PROJECT-DFSCR7nON AND RESPONSIBIUTM This exhibit forms an integral part of that certain Joint Participation Agreement between the State of Florida, Department of Transportation, and the Silty of Miami, dated JAN 12 IM PROJECT LOCATION: Watson Island, City of Miami - Dade County, Florida PROJECT DESCRIPTION: Construct Watson Island Aviation Facility SPECIAL CONSIDERATIONS BY AGENCY: The audit report(s) required in paragraph 7.60 of the Agreement shall include a schedule of project assistance that will reflect the Department's contract number, WPI number and Job number and the Federal Identification number, where applicable, and the amount of state funding action (receipt and disbursement of funds) and any federal or local funding action and the funding action from any other source with respect to the project. SPECIAL CONSIDERATIONS BY DEPARTMENT: None 02" 915 Item No.: 25416818401 CFDA No.: NIA A:IIt VdW PROMCT COS? AND CA'gym OW: This exhibit forms an integral part of that certain Joint Participation Agreement between the STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION, and the City of Miami dated JAN 12 1999 "Italge)i $ 6,400,838 TOTAL PROJECT COST. $ 6,400,838 H. FUND P RTiCiPATION: WITH FAA PARTTCMATION- Federal Participation: (FAA) (900) $ 0 Public Agency Participation: (LF) (5%) $ 0 Department Participation: (DS) ; (5%) so 3ETHOTJT FAA PARTICIPATION: Public Agency Participation: (LF) Department Participation: (DDR/DS) SUB TOTAL $ 0 (50'%) $ 3,200,419 (50%) S 3,200,419 SUB -TOTAL S6,400,838 02- 915 Item 140.: 254168 8401 CFDA No.: N/A. CONTRACT NO. AG 101 EXHWIT "C" (GENERAL) This exhibit forms an integral part of that certain Joint Participation Agreement between the State of Florida, Department of Transportation, and the SI. of Miami dated JAN It 1999 . Documents required to be submitted to the Department by the Agency in accordance with the terms of this contract. S +b ittal/Cart'fi a ion R oacibilitr Design Submittal Department Letter Construction/Procurement Department better Project Final Acceptance Agency Certified Audit Reports As Requested The Agency must submit an invoice to the Department no later than One Hundred Twenty (120) days after the period of services covered by said invoice. Approval of the properly submitted invoice by the Department must occur no later than five (5) days after receipt of the invoice. 02- 915 item No. 25168184011_ CFDA No. N/A CONTRACT NO. Ar 10 t EXHIBIT "F" SPECIAL AIRPORT ASSURANCES This exhibit forms an integral part of that certain Joint Participation Agreement between the State of Florida, Department of Transportation and the riCe of Mignit, I. GENERAL a. These assurances shall be complied with in the performances of master planning, land acquisition, economic development or capital improvement projects which contain SO federal funds. b. Upon acceptance of this Joint Participation Agreement by the sponsor, these assurances are incorporated in and become a part thereof. II. DURATION The terms, conditions and assurances of the grata agreement shall retrain in full force and effect thrpughout the useful life of the facilities developed or equipment acquired for any airport development project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant agreement utilizing state funds for the project. However, there shall be no limit on the duration of the assurances with respect to real property acquired with project funds. M. SPONSOR CERTIFICATION The sponsor hereby assures and certifies, with respect to this grant: a. It has sufficient funds available for that portion of the project costs not paid for by the State. It has sufficient funds available to assure operation and maintenance of items it will own or control funded -under the grant agreement. b. It holds good title, satisfactory to the Department, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Department, that good title will be acquired. C. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of tine sponsor, the sponsor will reserve sufficient rights and authority to ensure that the airport will be operated and maintained in accordance with the Federal Airport and Airway Improvement Act of 1982, or successive legislation; the regulations and the teras, conditions and assurances in the grant agreement; and shall ensure that such arrangement also requires compliance therewith. d. It will adequately clear and protect the aerial approaches to the airport by removing, lowering, relocating, mariang, or lightiag, or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 02- 915 It will nu&-- its airport available as as airport for public use on taar and reasonable terms. f. It will permit no exclusive rights for the use of the airport by any persons providing, or intending to provide aeronautical services to the public. g. All revennes generated by the airport will be expended by it for the capital or operating costs of the airport, the local airport system. or other local facilities owned or operated by the owner or operator of the airport and directly related to the actual aerial transportation of passengers or property. h. Once accomplished, it will I=p up-to-date a ntiniauun of an Airport Layout Plan of the airport showing (l) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; (2) the location and name of all existing and proposed airport facilities and smtctures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; and (3) the location of all existing improvements thereon. TOTAL P.2-4 02-- 915 Carc&W 02- 915 DESIGN DEVELOPMENT SUBMITTAL FOR WATSON ISLAND -GREATER MIAMI VISITOR AND AVIATION CENTER Miami, Florida A/E Project No. 032117075 28 February 2001 Spillis Candela DMJM Architecture Engineering Planning Interiors 800 Douglas Entrance Coral Gables, Florida 33134 02- 915 Watson Island -Greater. ni Visitor and Aviation Center Outline Specifications • Systems Description Table of Contents Design Development Submittal Watson island -Greater N i Visitor and Aviation Center OUTLINE TABLE OF CONTENTS vision Section Tifleel DIVISION 1 - GENERAL REQUIREMENTS Outline Specifications Design Development Submittal 01010 SUMMARY OF WORK 01020 ALLOWANCES 01027 APPLICATIONS FOR PAYMENT 01035 MODIFICATION PROCEDURES 01040 COORDINATION 01050 FIELD ENGINEERING 01200 PROJECT MEETINGS 01300 SUBMITTALS 01400 QUALITY CONTROL 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01600 MATERIALS AND EQUIPMENT 01631 SUBSTITUTIONS 01700 CONTRACT CLOSEOUT 01740 WARRANTIES MISCELLANEOUS FORMS DIVISION 2 - SITE CONSTRUCTION 02060 BUILDING DEMOLITION 02110 SITE CLEARING 02200 EARTHWORK 02260 EXCAVATION SUPPORT AND PROTECTION 02282 TERMITE CONTROL 02510 WATER DISTRIBUTION 02511 HOT -MIX ASPHALT PAVING 02515 CONCRETE UNIT PAVERS AND CONCRETE TILE 02700 SEWERAGE AND DRAINAGE DIVISION 3 - CONCRETE 03300 CAST -IN-PLACE CONCRETE DIVISION 4 - MASONRY 04200 UNIT MASONRY 04405 DIMENSION STONE CLADDING DIVISION 5 - METALS 05120 STRUCTURAL STEEL ! 05400 COLD -FORMED METAL FRAMING ' 05500 METAL FABRICATIONS 05510 METAL STAIRS 05521 PIPE AND TUBE RAILINGS 05720 ORNAMENTAL HANDRAILS AND RAILINGS 2W205 TC -1 28 February 2001 2- 915 Watson Island -Greater M Visitor and Aviation Centej DIVISION 6 - WOOD AND PLASTICS 06100 ROUGH CARPENTRY 06150 WOOD DECKING 06402 INTERIOR ARCHITECTURAL WOODWORK DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07111 COMPOSITE SHEET WATERPROOFING 07160 CEMENTITIOUS WATERPROOFING 07190 WATER REPELLENTS 07210 BUILDING INSULATION 07270 FIRESTOPPING 07531 SINGLE -PLY MEMBRANE ROOFING 07570 TRAFFIC COATINGS 07901 JOINT SEALANTS DIVISION 8 - DOORS AND WINDOWS 08110 STEEL DOORS AND FRAMES 08211 FLUSH WOOD DOORS 08305 ACCESS DOORS 08331 OVERHEAD COILING DOORS 08334 OVERHEAD COILING GRILLES 08410 ALUMINUM ENTRANCES 08460 AUTOMATIC ENTRANCE DOORS 08710 DOOR HARDWARE 08800 GLAZING 08920 GLAZED ALUMINUM CURTAIN WALLS DIVISION 9 - FINISHES 09220 PORTLAND CEMENT PLASTER/STUCCO 09255 GYPSUM BOARD ASSEMBLIES 09265 GYPSUM BOARD SHAFT -WALL ASSEMBLIES 09310 CERAMIC TILE 09385 DIMENSION STONE TILE 09511 ACOUSTICAL PANEL CEILINGS 09600 STONE PAVING 09651 RESILIENT TILE FLOORING 09680 CARPET 09900 PAINTING 09950 WALL COVERINGS DIVISION 10 -SPECIALTIES 10155 TOILET COMPARTMENTS 10200 EXTERIOR WALL LOUVERS 10265 WALL SURFACE PROTECTION SYSTEMS 10350 FLAGPOLES 10416 DIRECTORIES 10425 SIGNS TC -2 28 February 2001 28=1 Outline Specifications resign Development Submittal 02. 91_"i Watson Island -Greater Mi Outline Specifications Visitor and Aviation Center Design Development Submittal 10522 FIRE EXTINGUISHERS, CABINETS, AND ACCESSORIES 10750 TELEPHONE SPECIALTIES 10800 TOILET ACCESSORIES DIVISION 11 -EQUIPMENT 11400 FOOD SERVICE EQUIPMENT DIVISION 12 - FURNISHINGS 12500 WINDOW TREATMENT 12680 FOOT GRILLES DIVISION 13 - SPECIAL CONSTRUCTION 13130 TENSIONED MEMBRANE STRUCTURE DIVISION 14 - CONVEYING SYSTEMS 14240 HYDRAULIC ELEVATORS 14540 BAGGAGE COMVEYING AND DISPENSING DIVISION 15 - MECHANICAL 15075 MECHANICAL IDENTIFICATIONS 15100 VALVES 15135 METERS AND GAGES 15145 HANGERS AND SUPPORTS 15241 MECHANICAL VIBRRATION CONTROLS 15260 PIPE INSULATION 15280 EQUIPMENT INSULATION 15290 DUCT INSULATION 15330 WET -PIPE SPRINKLER SYSTEMS 15411 WATER DISTRIBUTION PIPING 15420 DRAINAGE AND VENT PIPING 15430 PLUMBING SPECIALTIES 15440 PLUMBING FIXTURES 15461 ELECTRIC WATER HEATERS 15510 HYDRONIC PIPING 15540 HVAC PUMPS 15545 CHEMICAL WATER TREATMENT 15685 AIR-COOLED SCREW CHILLERS 15845 AIR TERMINALS 15851 CENTRIFUGAL FANS 15853 POWER VENTILATORS 15854 CENTRAL -STATION AIR -HANDLING UNITS 15855 DIFFUSERS, REGISTERS, AND GRILLES 15886 AIR FILTERS 15891 METAL DUCTWORK 15910 DUCT ACCESSORIES 15970 HVAC CONTROLS 15990 TESTING, ADJUSTING, AND BALANCING TC -3 28 February 2001 mmm 02- 915 Watson Island -Greater Mi. Outline Specifications Visitor and Aviation Center Design Development Submittal DIVISION 16 — ELECTRICAL 16050 BASIC ELECTRICAL MATERIALS AND METHODS 16100 WIRING METHODS 16140 WIRING DEVICES 16425 SWITCHBOARDS 16452 GROUNDING 16461 DRY -TYPE TRANSFORMERS (1000 V AND LESS) 16470 PANELBOARDS 16476 DISCONNECT SWITCHES AND CIRCUIT BREAKERS 16515 INTERIOR LIGHTING 16525 EXTERIOR LIGHTING 16611 STATIC UNINTERRUPTIBLE POWER SUPPLY 16670 LIGHTNING PROTECTION 16721 FIRE ALARM SYSTEMS 16724 INTRUSION DETECTION SYSTEMS 16741 TELEPHONE DISTRIBUTION SYSTEMS 16760 INTERCOMMUNICATION SYSTEMS 16770 PUBLIC ADDRESS AND MUSIC SYSTEMS 16780 TELEVISION SYSTEMS 16915 LIGHTING CONTROL EQUIPMENT END OF TABLE OF CONTENTS TC -4 :,moo, 28 February 2001 0'2 - 915 Watson Island -Greater Mia Visitor and Aviation Center DIVISION 1 — GENERAL REQUIREMENTS SECTION 01010 - SUMMARY OF WORK A. SUMMARY Outline Specifications Design Development Submittal 1. Work will be constructed under a single prime contract. B. CONTRACTOR USE OF PREMISES 1. Site: Limit use to areas indicated. 2. Owner Occupancy of Site during Construction Period: Full in existing buildings and parking areas. SECTION 01020 - ALLOWANCES A. SUMMARY 1. Unit -cost allowances. B. SUBMITTALS 1 Submit proposals for purchase of products, and invoices showing actual quantities. C. SCHEDULE OF ALLOWANCES 1. Stone Paving: S25.00 per sq. ft. material only. 2. Carpet CPT -1: S25.00 per sq, yd. material only. 3. Carpet CPT -2: 535.00 per sq. yd. material only. 4. Wall Covering -Textile: 522.00 lin. yd. material only. 5. Wall Covering -Vinyl: $13.00 lin. yd. material only. SECTION 01027 - APPLICATIONS FOR PAYMENT A. SUMMARY 1. Schedule of Values. 2. Applications for Payment. B. SCHEDULE OF VALUES 1. Coordinate with construction schedule. 2. Provide sub -schedules for each phase requiring separate payment. C. APPLICATIONS FOR PAYMENT 1. Payment -Application Times: 15th day of the month, unless otherwise indicated on agreement. 2. Payment -Application Forms: AIA Document G702. Outline Specifications Division 1-1 WM, 02- 915 Watson Island -Greater Miai Outline Specifications visitor and Aviation Center Design Development Submittal 3. Waivers of Mechanics Lien: Full waiver with each application. 4. Special requirements for Initial Application, Application at Substantial Completion, and Final Payment Application. SECTION 01035 - MODIFICATION PROCEDURES A. SUMMARY 1. Construction contract changes, due to the following: a. Unforeseen conditions. b. Subsurface rock. C. Discovery of archeological artifacts. d. Discovery of hazardous substances. e. Renovation work. f. Owner -requested changes. g. Construction Document discrepancies. h. Allowances. B. MINOR CHANGES IN THE WORK 1. Architect will issue supplemental instructions. C. FORMS 1. Change Order Proposal Request: AIA Document G709. 2. Construction Change Directive: AIA Form G714. 3, Change Order: AIA Form G701. D. ALLOWANCES 1. Owner will establish actual quantity of work -in-place by survey, measure, or count. SECTION 01040 - COORDINATION A. SUMMARY 1. General project coordination procedures. 2. Conservation of energy, water, and materials. 3. Coordination Drawings. 4. Administrative and supervisory personnel. 5. Cleaning and protection of construction in progress, adjoining materials, and completed construction. B. SUBMITTALS 1. Coordination Drawings. 2. Staff names. Outline Specifications Division1-2 Watson island -Greater Mi-. Visitor and Aviation Center SECTION 01050 - FIELD ENGINEERING A. SUMMARY 1. Land survey work. 2. Civil -engineering services. 3. Damage surveys. 4. Geotechnical monitoring. 5. Locate and lay out site improvements. 6. Locate and lay out building lines and levels. B. SUBMITTALS 1. Final property survey. C. QUALITY ASSURANCE 1. Field engineering performed by registered land surveyor. D. EXECUTION Outline Specifications Design Development Submittal 1. Owner will identify existing control points and property line comers. 2. Contractor to establish permanent benchmarks. SECTION 01200 - PROJECT MEETINGS A. SUMMARY 1. Preconstruction conference. 2. Pre -installation conferences for each construction activity that requires coordination with other construction. 3. Progress Meetings: Conduct on a weekly schedule, on day to be determined. SECTION 01300 - SUBMITTALS A. SUMMARY 1. Contractor's construction schedule. 2. Submittal schedule. 3. Daily construction reports recording events at site. 4. Shop Drawings. 5. Product Data. 6. Samples. 7. Quality -assurance submittals. B. SUBMITTAL PROCEDURES 1. Transmittal Form: Sample form at end of Division 1. General Contrpctor may choose to use his own form provided such form is modified to include all items in attached sample. C. CONTRACTOR'S CONSTRUCTION SCHEDULE Outline Specifications i CJ Division 1-3 02- "j Watson Island -Greater Mia Visitor and Aviation Center 1. Critical Path Method (CPM) schedule. 2. Include cost correlation line indicating planned and actual costs. D. SHOP DRAWINGS 1. Initial Submittal: One reproducible and one print. 2. Final Submittal: Three prints. E. ARCHITECT'S ACTION 1. No Exceptions Taken. 2. Note Comments. 3. Rejected. 4. Re -Submit. SECTION 01400 - QUALITY CONTROL A. SUMMARY Outline Specifications Design Development Submittal 1. Quality -control services include inspections, tests, and related actions, including reports. Owner will engage a qualified testing agency to perform these services. 2. Requirements of this Section relate to customized fabrication and installation procedures. 3. Contractor is responsible for re -testing where previous tests indicate noncompliance with requirements. 4. Contractor shall provide auxiliary services, including access to Work, taking samples, and storage facilities for samples. 5. Testing agency shall submit a certified written report of each inspection, test, or service. SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS A. SUMMARY 1. Temporary utilities. 2. Support facilities. 3. Security and protection facilities. B. TEMPORARY UTILITIES 1. Water service and distribution. 2. Electric Power. 3. Lighting. 4. Heat. 5. Ventilation. 6. Telephone Service: Separate line for fax machine. 7. Sanitary Facilities: Self-contained toilets; wash facilities; drinking water B. Connection to Storm and sanitary sewer. Outline Specifications Division 1-4 02- 915 W=1 Watson Island -Greater Miz Outline Specifications Visitor and Aviation Center Design Development Submittal C. SUPPORT FACILITIES 1. Field offices. 2. Storage sheds. 3. Temporary roads and paving. 4. De -watering facilities and drains. 5. Temporary enclosures. 6. Project identification signs and bulletin boards. 7. Waste disposal services. 8. Rodent and pest control. 9. Construction Aids and Miscellaneous Facilities: a. Temporary stairs. b. Walkways. C. Scaffoldings. d. Platforms. e. Swing stages. f. Ramps. g. Bridges. h. Incidental sheeting and shoring, i. Demolition waste chutes. D. SECURITY AND PROTECTION FACILITIES 1. Temporary fire protection. 2. Barricades, warning signs, and lights. 3. Sidewalk bridge and covered walkway. 4. Enclosure Fence: Chain link. 5. Security enclosure and lockup. 6. Environmental protection. SECTION 01600 - MATERIALS AND EQUIPMENT A. SUMMARY 1. Selection of products for use in Project. 2. Delivery, storage, and handling requirements. B. SUBMITTALS 1. Product List: Contractor prepared. C. PRODUCT SELECTION 1. Specification Methods: Semi -proprietary. Outline Specifications Division 1-5 MMI 02- 915 Watson Island -Greater Miai. Visitor and Aviation Center SECTION 01631 -SUBSTITUTIONS A. SUMMARY 1. Requests for substitution after award of Contract. B. SUBMITTALS Outline Specifications Design Development Submittal 1. Substitution Requests: Considered if received within 60 days after start of Work. C. SUBSTITUTIONS 1. Conditions: a. Extensive revisions are not required. b. Proposed changes are consistent with intent of Contract Documents. C. Request is timely and properly submitted. d. Specified product/material cannot be provided within the Contract Time. e. Request relates to an "or -equal" clause. f. Proposed substitution offers Owner a substantial advantage in cost, time, or other considerations. g. Specified product/material cannot receive regulatory approval. h. Specified product/material is incompatible with other materials. i. Specified product/material cannot be coordinated with other materials. j. Specified product/warranty cannot provide the specified warranty. 2. Request for Substitution Form: At end of Division 1. SECTION 01700 - CONTRACT CLOSEOUT A. SUMMARY 1. Inspection and re -inspection procedures. 2. Project record document submittal. 3. Operation and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. 6. Requirements for Substantial Completion. 7. Requirements for Final Acceptance. 8. Closeout procedures. B. RECORD DOCUMENT SUBMITTALS 1. Record Drawings. 2, Record Specifications. 3. Record Product Data. 4. Record Samples. 5. Miscellaneous Record Submittals: a. Foundation depths. b. Special measurements. C. Tests. d. Surveys. Outline Specifications Division 1-6 02— „ 1 rj M=1 Watson Island -Greater Mia, Outline Specifications Visitor and Aviation Center Design Development Submittal e. Mix records. f. Inspections by government authorities. 6. Maintenance manuals. C. CLOSEOUT PROCEDURES 1. Operation and maintenance instructions to Owner. 2, Final Cleaning: Contractor performed. 3. Pest control. 4. Removal of temporary protection and facilities. SECTION 01740 -WARRANTIES A. SUMMARY Manufacturers' standard product warranties. 2. Special warranties. B. SUBMITTALS 1. Warranties prior to Substantial Completion. C. WARRANTY REQUIREMENTS 1. Related damages and losses. 2. Reinstatement of warranty after failure. 3. Replacement cost. 4. Special Warranty Form: Contractor to prepare. END OF DIVISION 1 Outline Specifications Division1-7 02— 9 15 SHOP DRAWING/PRODUCT DATA SUBMITTAL General Contractor (CM) Submittal No. A/E Project No. Project Name Date of Submittal General Contractor (CM) Subcontractor/Supplier Specification Section Paragraph Reference Drawing Number Section/Detail Reference Manufacturer Model No. THIS SUBMITTAL CONSISTS OF (SELECT): ❑ Product Data ❑ Maintenance Instructions ❑ Shop Drawings ❑ Manufacturer's Test Report ❑ Installation Instructions ❑ Manufacturer's Approval of Applicatorlinstalier ❑ Material Schedule ❑ Others (include list Quantity: Sepia Prints Samples Description: Check the following: Yes No Submitted for review and approval ❑ ❑ Resubmitted for review and approval ❑ ❑ This is a pre -accepted substitution, ❑ ❑ complying with requirements of Section 01631 — Substitutions GENERAL CONTRACTOR'S (CM) SHOP DRAWING/PRODUCT DATA SUBMITTAL REVIEW I hereby certify this submittal data has been reviewed and approved prior to submission to the Architect -Engineer and the information contained within this submittal has been checked and coordinated with the requirements of the Work and the Contract Documents. By. Signature Date SPILLIS CANDELA DMJM SHOP DRAWING/PRODUCT DATA SUBMITTAL REVIEW A/E Submittal No. ONO EXCEPTIONS TAKEN ❑ NOTE COMMENTS ❑REJECTED ORE -SUBMIT Review is for general conformance with the design concept and contract documents. Markings of comments shall not be construed as relieving GENERAL CONTRACTOR (CM) compliance with the project plans and specifications, nor departures therefrom. GENERAL CONTRACTOR (CM) remains responsible for details and accuracy, for confirming and correlating all Quantities, job conditions and dimensions, for selecting fabrication processes, for techniques of assembly and construction, and for performing in a safe manner. By Signature Architect/Engineer Comments Date 150201 1 GENERAL CONTRACTOR (CM) SHOP DRAWING/PRODUCT DATA SUBMITTAL Fun"41- 915 SPILLIS CANDELA DMJM j C.M.'S REQUEST FOR SUBSTITUTION AfE PROJECT NO.: PROJECT NAME: DATE OF SUBMITTAL: Hereby requests acceptance of the following product or systems as an "equivalent" substitution in accordance with provisions of General Conditions and Division 1 section entitled "Substitutions". NAME AND DESCRIPTION OF SPECIFIED PRODUCT OR SYSTEM: Specification Section No./Titie Paragraph(s) Drawing No.(s) Detail or Section No.(s) USE SEPARATE FORM FOR EACH SUBMITTAL: Name of Manufacturer: Address: Telephone: Name of Vendor: Address: Telephone: Reason for Not Giving Priority to Specified Items: Substitution Affects Other Materials or Systems: Yes, No - if Yes, Attach Complete Data. Substitution Requires Dimensional Revision or Redesign of Structure or M & E Work: Yes, No - if Yes, Attach Complete Data. Saving Cost to Owner, If Any, Accepting Substitute: $ Attach notarized copies of itemized bids from material suppliers, equipment suppliers and subcontractors together with notarized copies of Contractor's itemized costs for labor, taxes, overhead and profit for specified item and for proposed substitute item. The attached data is furnished herewith for evaluation of the substitution: Quantity: Catalog Drawings Samples Tests Reports Other The Undersigned hereby certifies that this submission has been fully checked and coordinated with the Contract Documents: By: Firm Name Address ANSWER ALL QUESTIONS - USE "NA" IF NOT APPLICABLE REQUEST FOR SUBSTITUTION FORM Page 1 of 1 290M 1 1" ®2- 91 Watson Island -Greater Mi: Visitor and Aviation Center DIVISION 2 — SITE CONSTRUCTION Outline Specifications Design Development Submittal SECTION 02060 - BUILDING DEMOLITION A. SUMMARY. � `. 011*1 1. Demolish and remove buildings. 2. Demolish and remove structures. 3. Demolish and remove asphaltic surface coat as indicated on drawings. 4. Disconnect, cap or seal, and abandon site utilities in place or remove site utilities as indicated on drawings. B. DEMOLITION 1. Explosives: Not permitted. 2. Burning: Not permitted. 3. Disposal: Off Owner's property. 4. Demolished materials become Contractor's property, unless otherwise indicated. SECTION 02110 - SITE CLEARING A. SUMMARY 1. Strip topsoil, and stockpile in areas indicated. 2. Clear and grub site of shrubs, and other vegetation, including stumps, roots, and debris. 3. Fill depressions caused by site clearing operations. SECTION 02200 - EARTHWORK A. SUMMARY 1. Excavate unsuitable material, if required. 2. Prepare and grade subgrades for slabs -on -grade, walks, pavements, ramp and landscaping. 3. Excavate and backfill for buildings and structures, including footings and foundations. 4. Provide subbase course for walks, pavements and ramp. 5. Excavate and backfill trenches within building lines. 6. Excavate and backfill for underground mechanical and electrical utilities. 7. Provide dewatering, if required, to protect subgrades and foundation soils. S. MATERIALS Soil Materials: a. Satisfactory Soil: ASTM D 2487 soil classification groups. b. Unsatisfactory Soil: ASTM D 2487 soil classification groups. C. Backfill and Fill: Satisfactory soil material. Outline Specifications Division 2-1 veno, 02- 915 Watson Island -Greater Mian Outline Specifications Visitor and Aviation Center Design Development Submittal SECTION 02260 - EXCAVATION SUPPORT AND PROTECTION A. SUMMARY 1. Excavation support and protection system to be designed by a professional engineer, if required. 2. Survey adjacent structures and improvements and establish benchmarks. 3. Shore and brace existing structures, utilities, sidewalks, pavements, and other improvements to protect them against settlement, lateral movement, undermining, or washout. SECTION 02282 - TERMITE CONTROL A. SUMMARY 1. Apply soil treatment at the following locations: a. Under slabs -on -grade. b. Along outside edge of building. C. At hollow masonry foundations. d. At expansion joints, control joints, and areas where slabs will be penetrated. B. QUALITY ASSURANCE 1. Engage a professional pest control operator. C. WARRANTY 1. Warranty: Five years. D. PRODUCTS 1. Soil Treatment Solution: Provide an EPA -registered termiticide complying with requirements of authorities having jurisdiction. SECTION 02510 -WATER DISTRIBUTION A. SUMMARY 1. Piping for potable -water service outside the building. 2. Piping for fire -protection water service outside the building. 3. Tapping of Utility Company Water Main: Miami -Dade Water & Sewer Dept. B. SUBMITTALS 1. Coordination Drawings. 2. Site Survey to Locate Existing Utilities: Owner provided. C. MATERIALS 1. Pipe and Fittings: y Outline Specifications Division 2-2 7miD5 02- 915 Watson Island -Greater Mia Visitor and Aviation Center Outline Specifications Design Development Submittal a. Copper tube, Type K, L and fittings with soldered joints. b. Ductile -iron pipe and push -on joints and mechanical fittings with gasketed mechanical joints. D. COMPONENTS 1. Polyethylene encasement for ductile -iron piping. 2. Valves: a. AWWA gate valves, nonrising stem. b. AWWA gate valves, rising stem, OSBY. C. Valve boxes. d. Indicator posts. 3. Water Meters: a. Furnished by utility company. 4. Water -Meter Boxes: As per Miami -Dade Water & Sewer Dept. (WASD). 5. Freestanding Fire Hydrants: As per Miami Dade Fire Dept. 6. Freestanding fire department connections. 7. Double detector check valves. 8. Backflow Preventers: Reduced -pressure -principle- backflow preventer. SECTION 02511 - HOT -MIX ASPHALT PAVING. A. SUMMARY 1. Hot -mix asphalt paving, consisting of a base course and a surface course. a. Proof -roll subbase and correct unstable or inadequately compacted areas. b. Base Course: 8 inches -thick. Comply with state FDOT requirements for pavement. C. Surface Course: 1-1/2 inches -thick. Comply with state FDOT requirements. d. Section fro ramp in accordance with type of plane to be used. 2. Pavement -marking paint. 3. Precast concrete wheel stops with steel dowel anchors on parking. 4. • Applications: Parking areas; driveways and walkways and ramp. B. MATERIALS 1. Asphalt Materials: a. Asphalt Cement: Type III, FDOT and FAA Specifications. b. Prime Coat: Comply with state FDOT requirements. C. Tack Coat: Emulsified asphalt or cationic emulsified asphalt. Outline Specifications Division 12-3 02— 915 Watson Isiand-Greater Miar Visitor and Aviation Center d. Limerock in accordance with FDOT. 2. Auxiliary Materials: a. Herbicide. b. Paving Geotextile: Nonwoven polypropylene. C. Pavement -marking paint. C. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. SECTION 02515 - CONCRETE UNIT PAVERS AND CONCRETE TILE A. SUMMARY 1. Concrete pavers set in aggregate setting bed. B. QUALITY ASSURANCE Outline Specifications Design Development Submittal 1. Mockups for each form and pattern of unit paver. C. MATERIALS 1. Concrete Pavers: Solid interlocking units, ASTM C 936. Minimum thickness: 2-3/8 inch. 2. Edge Restraints: Cast -in-place concrete specified in Section 03300. 3. Concrete Tiie: Solid Concrete of finish and color to be determined. Minimum thickness: 2-3/8 inch. D. INSTALLATION 1. Joint Patterns: As indicated. 2. Aggregate Setting -Bed for Concrete Pavers: a. Provide compacted -gravel or crushed -stone base course over compacted -gravel or crushed -stone subgrade. b. Set pavers on 1- to 1 -1/2 -inch sand leveling course. C. Treat leveling course with herbicide. d. Set pavers with 1/16- to 1/8 -inch joints. SECTION 02700 - SEWERAGE AND DRAINAGE A. SUMMARY 1. Sanitary sewerage, with watertight joints, connected to WASD. 2. Storm drainage, with watertight joints, connected to building's storm drainage system. 3. Cleanouts, and drains. B. SYSTEM PERFORMANCE 1. Gravity -Flow, Nonpressure -Piping Pressure Rating: System test pressure. Outline Specifications Division 2-4 2=1 02- 915 Watson Island -Greater Mi Visitor and Aviation Center C. SUBMITTALS 1. Coordination Drawings. D. MATERIALS 1. Sewerage Pipe and Fittings: Outline Specifications Design Development Submittal a. PVC sewer pipe and fittings with gasketed joints for sanitary sewer lines. 2. Drainage Pipe and Fittings: a. Reinforced -concrete or corrugated aluminum sewer pipe and fittings with gasketed joints. E. COMPONENTS 1. Manholes: Precast concrete. 2. Catch Basins: Precast concrete. 3. Storm -Water Disposal System: Drainage wells and detention tanks. END OF DIVISION 2 Outline Specifications Division 2-5 02— 91 5 2=1 Watson Island -Greater Miar Visitor and Aviation Center DIVISION 3 — CONCRETE SECTION 03300 - CAST -IN-PLACE CONCRETE A. SUMMARY Outline Specifications Design Development Submittal 1. Cast -in-place concrete, including formwork, reinforcing, mix design, placement, and finishes for the following: a. Foundations and footings. b. Slabs -on -grade. C. Foundation walls. d. Shear walls. e. Building frame members, including columns, beams, and structural slabs. f. Equipment pads and bases. g. Fill for steel pan stairs. B. SUBMITTALS 1. Shop Drawings for formwork. 2. Laboratory test reports for mix design. C. QUALITY ASSURANCE 1. Engage a concrete testing agency to test materials and to design concrete mixes. 2. Mockups to demonstrate typical joints; form tie spacing; and surface finish, texture, and color. D. MATERIALS 1. Forms: a. Exposed Finish Concrete: Plywood, Metal, Metal -framed plywood faced, Overlaid plywood. b. Unexposed Finish Concrete: Plywood, Lumber, Metal. C. Textured Finish Concrete: Match Architect's sample. d. Cylindrical Columns and Supports: Metal, glass -fiber -reinforced plastic tubes. 2. Reinforcing: a. Bars: Deformed steel. b. Wire Fabric: Welded, deformed -steel welded. 3: Concrete: ASTM C 150, Type I. a. Aggregates: Normal weight. b. Admixtures: Air entraining, water reducing, high -range, water reducing, water -reducing, accelerating, water -reducing, retarding. Outline Specifications Division 3-1 „om, 02` 915 Watson Island -Greater Mis Visitor and Aviation Center C. Synthetic fiber reinforcement. 4. Related Materials: Outline Specifications Design Development Submitta! a. Reglets. b. Dovetail anchors slots. C. Waterstops: Rubber, PVC. d. Sand cushion. e. Vapor Retarder: Polyethylene sheet. f. Vapor barrier. g. Liquid Membrane -Forming Curing Compound: Resin based, water based. h. Underlayment compound. E. MIXES 1. Compressive Strength (28 Day): a. Normal -Weight Concrete: 4000 psi (27.6 Mpa). 2. Mixing: Ready mixed. F. INSTALLATION 1. Cover vapor retarder/barrier under slabs -on -grade with sand cushion. 2. Formed Finishes: Rough formed. 3. Slab Finishes: a. Scratch: Surfaces to receive mortar beds for tile. b. Float: Surfaces to receive trowel finish, and surfaces to be covered with waterproofing, roofing. C . Trowel: Surfaces exposed to view, and surfaces to be covered with resilient flooring, carpet or paint. d. Trowel and Fine Broom: Surfaces to be covered with thin -set ceramic tile or quant' tile. e. Nonslip Aggregate: Concrete stair treads. G. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. END OF DIVISION 3 Outline Specifications Division 3-2 16=1 02- 915 Watson Island -Greater mi Visitor and Aviation Ce►,._, DIVISION 4 — MASONRY SECTION 04200 - UNIT MASONRY A. SUMMARY 1. Exterior Wall Construction: Outline Specifications Design Development Submittal a. Masonry wall to receive stucco finish. b. Masonry back-up wall to receive dimension stone cladding. 2. Interior Construction: a. Load-bearing partitions. b. Non -load-bearing partitions. B. MATERIALS 1. Concrete Units: Concrete masonry units; concrete building brick. 2. Reinforcing: Steel bars, galvanized. 3. Joint Reinforcement: Ladder design of welded -wire units; galvanized. 4. Ties and Anchors: Galvanized. a. Rigid anchors. b. Dovetail slots. C. Post -installed anchors. d. Adjustable masonry -veneer anchors. 5. Embedded Flashing: Rubberized -asphalt sheet. Similar to Perm -A -Barrier by W.R. Grace or equivalent. C. INSTALLATION 1. Bond Pattern: One-half running bond. 2. Joints: Concave for exposed block; struck flush for masonry with Portland Cement Plaster/Stucco finish or gypsum board. 3. Recycle clean masonry waste as fill material. D. FIELD QUALITY CONTROL 4. Testing Agency: Owner employed. Outline Specifications Division 4-1 7+0,0, 02- 915 Watson Island -Greater .ami Outline Specifications Visitor and Aviation Center Design Development Submittal SECTION 04405 - DIMENSION STONE CLADDING A. SUMMARY 1. Cladding set with individual anchors, with mortar or sealant joints over masonry and over cold formed metal framing. S. SUBMITTALS 1. Sealant compatibility and adhesion test report. 2. Stone samples 3. Shop drawings. C. QUALITY ASSURANCE 1. Testing Agency to Perform Preconstruction Stone Testing: Owner employed. 2. Sample wall panel mockups. D. MATERIALS 1. Match Architect's sample. 2. Stone: Travertine marble. 3. Anchors: Stainless steel. 4. Source Quality -Control Testing Agency: Owner employed. E. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. END OF DIVISION 4 Outline Specifications Division 4-2 02- 915 Watson Island -Greater Miar Visitor and Aviation Center DIVISION 5 — METALS SECTION 05120 - STRUCTURAL STEEL A. SUMMARY 1. Structural and Architecturally Exposed Steel Items: a. Bracing. b. Columns, posts. C. Door frames as part of the structural frame. d. Base and bearing plates. e. Leveling plates, wedges, and shims. f. Marquee or canopy framing. Outl;ne Specifications Design Development Submittal B. QUALITY ASSURANCE 1. .Fabricator: Participant in AISC's Quality Certification Program and be designated an AISC- Certified Plant. 2. Requirements: AISC. 3. Mockups for each form of architecturally exposed structural steel. C. MATERIALS 1. Structural Steel: Carbon. 2. Structural Steel Tubing: Cold formed. 3. Steel pipe. 4. Castings: Carbon steel. 5. Anchor rods, bolts, nuts, and washers. 6. Bolts, Nuts, and Washers: High strength. 7. Primer: Fabricator's standard. 8. Grout: Nonmetagic, shrinkage resistant. D. SOURCE QUALITY CONTROL 1. Owner will engage a testing agency to perform shop inspections and tests. E. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. Outline Specifications Division 5-1 ,sago, 02- 915 Watson Island -Greater Miar Visitor and Aviation Center SECTION 05400 - COLD -FORMED METAL FRAMING A. SUMMARY 1. Exterior load-bearing steel -stud walls. 2. Exterior sheathing and air -infiltration barriers. B. QUALITY ASSURANCE O;,'. _ catlo' -jesign DevF . -": Sjomit: 1. Fabricator to engineer, fabricate, and erect steel framing to withstand desigr a. Design Loads: As indicated. b. Engage a professional engineer. Require structural calculations to be s c-ec and seaie:: by professional structural engineer to be submitted togetner with shop C. MATERIALS 1. Sheet: Galvanized steel. 2. Wall Framing: Standard C-shaped steel studs and tracks, with punched wet a. Thickness: Per shop drawings, but not less than 16 gage. 3. Framing Accessories: a. Supplementary framing. b. Bracing, bridging, and blocking. C. Web stiffeners. d. Deflection track. 4. Gypsum Sheathing: Glass -mat gypsum board, similar to Dens -Glass by Georg,a Pacific. a. Type: Type X. 5. Air -Infiltration Barrier: Asphalt -saturated organic felt. 6. Thermal Insulation: Unfaced mineral -fiber blankets. D. INSTALLATION 1. Fasten framing by welding. 2. Spacing: a. Studs: Per shop drawings, but minimum of 12 inches o.c. E. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. Outline Specifications Division 5-2 15=1 - 02- 915 Watson Island -Greater Miar* visitor and Aviation Center SECTION 05500 - METAL FABRICATIONS A. SUMMARY 1. Metal Fabrications: a. Rough hardware. b. Ladders including elevator pit ladders. C. Loose bearing and leveling plates. d. Loose steel lintels. e. Shelf and relieving angles. f. Miscellaneous framing and supports. g. Cast nosings. h. Pipe bollards. B. MATERIALS Outline Specifications L)esign Development Submittal 1. Materials: Steel plates and bars; steel tubing; steel pipe. 2. Grout: Non -shrink, nonmetallic. 3. Steel Ladders: Round or square bar rungs, with non -slip surfaces. a. Hot dip galvanize exterior and interior locations. 4. Miscellaneous framing and supports for overhead doors and toilet compartments; elevator hoisting machines and sheaves; elevator door sills. a. Hot dip galvanize exterior and interior locations. 5. Miscellaneous Steel Trim: Steel angle corner guards. a. Hot dip galvanize. SECTION 05510 - METAL STAIRS A. SUMMARY 1. Straight -run, steel -framed interior stairs. a. Treads and Platforms: Concrete -filled metal pan. B. QUALITY ASSURANCE 1. Fabricator to engineer, fabricate, and install steel stairs to withstand design loads. C. MATERIALS 1. Materials: Steel plates and bars; steel tubing. 2. Nosings: Cast aluminum with integral abrasive finish. 3. Finish: One coat of anti -corrosive primer. Outline Specifications Division 5-3 ,3=, 02- 915 Watson Island -Greater Mi Visitor and Aviation Cente, D. STANDARD OF QUALITY 1. American Stair. 2. Sharon Companies, Ltd. Outline Specifications Design Development Submittal SECTION 05S21 - PIPE AND TUBE RAILINGS A. SUMMARY 1. Steel pipe and tube handrails and railing systems with posts welded to metal surfaces at metal stairs. B. QUALITY ASSURANCE 1. Fabricator to engineer, fabricate, and install handrails and railing systems to withstand design loads. C. MATERIALS 1. Grout: Non -shrink, nonmetallic. D. FABRICATION 1. Changes in Direction of Members: a. As detailed. 2. Connections: Shop welded, except non -welded for field connections. E. FINISH 1. Steel: Galvanized. SECTION 05720 - ORNAMENTAL HANDRAILS AND RAILINGS A. SUMMARY 1. Stainless-steel ornamental handrails and railing systems. B. QUALITY ASSURANCE 1. Fabricator to engineer, fabricate, and install handrails and railing systems to withstand design loads. 2. Mockups for each form of railing system. C. MATERIALS 1. Stainless Steel: ASTM A554 and A3121A312M, grade 316 for exterior; 314 for interior. Outline Specifications Division5-4 �+vy 15=11 02- 9 1 !f Watson Island -Greater Mip Visitor and Aviation Center Outline Specifications Design Development Submittal 2. Wire Rope: Made from wire complying with ASTM A 492, Type 316. 3. Grout: Non -shrink, nonmetallic. D. FABRICATION 1. Changes in direction of members: a. By bending, unless otherwise recommended. 2. Connections: Shop welded connections. E. FINISHES 1. Stainless Steel: Satin, directional polish. F. INSTALLATION 1. Anchoring Posts: Posts set in concrete; mechanically attached to metal surfaces. 2. Connections: Field mechanical connections. G. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. END OF DIVISION 5 Outline Specifications Division 5-5 �' Watson Island -Greater Miam-; Visitor and Aviation Cente, DIVISION 6 — WOOD AND PLASTICS SECTION 06100 - ROUGH CARPENTRY A. SUMMARY 1. Wood grounds, nailing strips, and blocking. 2. Utility panels. B. MATERIALS Outline Specifications Design Development Submittal 1. Wood Treatment: Preservative or fire retardant. 2. Plywood backing panels: Fire retardant treated. 3. Wood nailing strips: Preservative treated. Standard Grade or No. 2 Grade. 4. Wood blocking: Preservative treated. Standard Grade or No. 2 Grade, 5, Concealed, Performance -Rated Structural -Use Panels: Preservative treated, wall sheathing. 6. Air -Infiltration Barrier: Asphalt -saturated organic felt. C. !NSTALLATION 1. Wood blocking and nailing strips in gypsum board partitions to support wall hung items, including but not limited to cabinetwork and shelving. 2. Plywood backing panels for electrical and telephone equipment. SECTION 06150 - WOOD DECKING A. SUMMARY 1. Solid -wood roof decking for random lay-up, unless otherwise indicated. B. MATERIALS 1. Preservative treatment. 2. Solid Wood Decking: a. Species: Southern pine, unless otherwise indicated. b. Grade: Dense Standard. C. Pattern and Face: Straight edge; smooth face. 3. Seal Coat: Penetrating sealer. SECTION 06402 - INTERIOR ARCHITECTURAL WOODWORK A. SUMMARY 1, Interior standing and running trim, including but not limited to wall base. 2. Wood casework. 3. Laminate -clad cabinets. 4. Plastic -laminate countertops. Outline Specifications i Division 6-1 915 olmoi Watson Island -Greater Miarr" Visitor and Aviation Center 5. Solid surfacing vanities and countertops. B. QUALITY ASSURANCE 1. Quality Standard: A.W.I. 2. Mockups. C. MATERIALS 1. Fire -retardant treatment. 2. interior Standing and Running Trim for Transparent Finish: a. Grade: Premium. b. Species: To be selected. 3. Wood Cabinets: a. Grade: Premium. b. Construction: Flush overlay. C. Species: To be selected. d. Finish: Transparent. Outline Specifications Design Development Submittal 4. Laminate -Clad Cabinets: a. Grade: Custom. b_ Construction: Flush overlay. C. Semi -exposed Surfaces: High-pressure laminate. d. Plastic laminate standard of quality: Nevamar, Formica, Wilsonart. Colors: To be selected. 5. Laminated -Plastic Countertops: Custom grade. 6. Solid Surfacing Vanities and Countertops: Premium grade. Standard of quality: Avonite, Corian, Surell. 7. Transparent Finish: a. Finishing: Shop. b. Grade: Premium. C. Type: Catalyzed polyurethane, AWI TR -6. Sheen: 40 Satin 30-50 degree gloss units. D. CABINET HARDWARE AND ACCESSORY SCHEDULE 1. In general, exposed hardware to be satin finish stainless steel; concealed hardware to be aluminum, or bright nickel plated. 2. Door hardware: Semi -concealed hinges. Similar to Aximat by Hafele or Atlas 961 by Grass. 3. Door Pulls for Plastic Laminate Cabinets: Send round rod type, 4 inches center. Similar to Stanley #4484. 4. Drawer Slides: 100 IbsJpair capacity, steel ball bearings, metal type, 112 inch side space. Similar to Accuride #3832. 5. Cabinet Door and Drawer Locks: Similar to Best #5L-7RD. Provide two master keys. Outline Specifications Division 6-2 o,m, 02— 915 Watson Island -Greater M; Visitor and Aviation Cente. Outline Specifications Design Development Submittal 6. Metal Supports for Adjustable Shelf Hardware for Built-in Shelving without Shelf End Standards: KV #348AIm 7. Metal Brackets for Fixed Open Shelving: Heavy duty steel brackets; KV #208WH 400. 8. Plastic grommets of sizes as required for miscellaneous cut out openings. Similar to Specialty Supplies, Inc. #SL -42 Series, 1-1/2" cut-out diameter; color as selected . 9. Keyboard Slide: Fabricated from steel, bright electro -zinc plated. Similar to Accuride Model 2009. 10. Hinged Door Slide (Flipper Door): Lamp #1 F-102S/W or Accurite #C-4113. END OF DIVISION 6 Outline Specifications Division 6-3 02- 915 Watson island -Greater Miacr' Outline Specifications Visitor and Aviation Center uesign Development Submittal DIVISION 7 — THERMAL AND MOISTURE PROTECTION SECTION 07111 - COMPOSITE SHEET WATERPROOFING A. SUMMARY 1. Sheet Waterproofing Applications: Elevator pit walls. 2. Substrate: Concrete and concrete masonry units. B. WARRANTY 1. Watertightness: Five years. C. MATERIALS 1. Self -Adhering Composite Sheet: Rubberized asphalt. 2. Protection Course for below grade walls: In accordance with manufacturer's recommendations. 3. Standard of Quality: W.R. Grace Bituthene 4000 or Polyguard Products, Inc. Polyguard 650. SECTION 07160 - CEMENTITIOUS WATERPROOFING A. SUMMARY 1. Portland cement based waterproofing, two -coat application. 2. Mockup sample. 3. Application: a. Over reflective pool concrete surfaces. B. WARRANTY 1. Manufacturer's Warranty: 5 years on watertightness and color fading. C. MATERIALS 1. Cementitious Waterproofing: Similar to Thoroseal by ChemRex Inc., modified for application on pools. Color: Black, unless otherwise indicated. Finish: Smooth float finish. 2. Top Coat: In strict accordance with manufacturer's recommendations. 3. Total Mil Thickness: 40 minimum. SECTION 07190 -WATER REPELLENTS A. SUMMARY 1. Clear Water -Repellent Coating Applications: a. Dimension Stone Cladding. B. QUALITY ASSURANCE Outline Specifications Division 7-1 O cZi _ 915 Watson Island -Greater Mir Visitor and Aviation Center 1. Field Sample on each substrate. C. WARRANTY 1. Water Repellency: Five years. D. MATERIALS Outline Specifications Design Development Submittal 1. Silanes or Siloxanes: 20% solids. 2. Standard of quality: "Chem -Trete BSM 20 or PB", by Huls America, Inc.; "Rainstopper 120 or 600" by Textured Coatings of America, Inc. SECTION 07210 - BUILDING INSULATION A. SUMMARY 1. Insulation Applications: a. Concealed building insulation. B. MATERIALS 1. Wall Insulation: a. Polyisocyanurate wall board where insulation is covered with gypsum board; R = 7. b. Foil -faced, glass -fiber wall board above ceilings where insulation is exposed; R = 7. Flame spread Index of 0-25; smoke developed of not more than 50. C. Faced glass -fiber blanket above ceilings where insulation is exposed and at ceilings/soffits; R = 7. Flame spread Index of 0-25; smoke developed of not more than 50. SECTION 07270 - FIRESTOPPING A. SUMMARY 1. Firestopping Applications: a. Penetrations through fire -resistance -rated floor, roof, wall construction. b. Penetrations through smoke barriers and construction enclosing compartmentalized areas. C. Sealant joints in fire -resistance -rated construction. d. Penetrations: Empty openings, cables, pipes, ducts, and conduits. B. QUALITY ASSURANCE 1. Copy of UL System number for each firestop conditions. C. MATERIALS 1. Permanent forming/damming/backing materials. Outline Specifications Division7-2 01=1 02- 915 Watson Island -Greater Miar Visitor and Aviation Center Outline Specifications Design Development Submittal 2. Fill Materials: a. Ceramic -fiber and mastic coating. b. Ceramic -fiber sealant. C. Endothermic, latex compound sealant. d. Intumescent latex sealant, putty, and wrap strips. e. Vinyl compound. f. Mortar. g. Heat -expanding pillows/bags. h. Silicone foam and sealant. i. Solvent -release -curing intumescent sealant. 3. Fire -Resistive Elastomeric Sealant: Single -component or multi-component, neutral -curing silicone and urethane. D. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. SECTION 07531 - SINGLE -PLY MEMBRANE ROOFING S. SUMMARY 1. Adhered sheet roofing. 2. System includes the following: a. Insulation attached by bonding with adhesive, unless otherwise required by applicable code. b. Sheet metal flashing. G. Prefabricated curbs. d. Walkway pads. 3. Substrate: Concrete deck. C. QUALITY ASSURANCE 1. FM Listing: Class 1A-12,0. 2. Exterior Fire -Test Exposure: Class A. 3. Preliminary roofing conference. D. WARRANTY . 1. Standard Roofing Manufacturer's Warranty: 15 years. 2. Roofing Installer's Warranty: Two years. E. MATERIALS Outline Specifications Division 7-3 010201 02- 915 Watson Island -Greater Miar Outline Specifications Visitor and Aviation Center —esign Development Submittal 1. EIP Sheet: 35 -mil thickness membrane only with fleece back; total thickness 70 -mil. Similar to Fibertite by Seaman Corp. 2. Auxiliary Materials: a. Sheet Metal Flashing: Fabricated from aluminum with membrane lamination. b. Metal termination bars and battens: Fabricated from aluminum with membrane lamination. C. Manufacturer's standard prefabricated equipment curbs. 3. Insulation: Polyisocyanurate board; tapered and flat. R value of 20 required. 4. Walkway Pads: In strict accordance with manufacturer's recommendations. F. FIELD QUALITY CONTROL 1. Site Inspections and Final Roof Inspection: By roofing manufacturer's technical personnel. SECTION 07570 - TRAFFIC COATINGS A. SUMMARY 1. Traffic coatings of cold liquid -applied elastomeric membrane with integral wearing surface on concrete Substrate: a. Pedestrian, heavy-duty, traffic coatings for interior applications, including mechanical equipment rooms. B. SUBMITTALS 1. Certification of VOC compliance with regulations. C. QUALITY ASSURANCE 1. Field samples to demonstrate materials and workmanship. 2. Fire -Test Exposure: Class A. D. WARRANTY 1. Deterioration: Five years. E. MATERIALS 1. Urethane Traffic Coating: Urethane topcoat. 2. Aggregate: Manufacturer's standard. F. FIELD QUALITY CONTROL 1. Flood testing for each deck area. 2. Testing Agency: Owner employed. Outline Specifications Division 7-4 OIC201 02- 915 Watson Island -Greater Miar Outline Specifications Visitor and Aviation Center Design Development Submittal SECTION 07901 - JOINT SEALANTS A. SUMMARY 1. Exterior Joints in Vertical Surfaces and Nontraffic Horizontal Surfaces: a. Cast -in-place concrete. b. Control and expansion joints in unit masonry. C, Control and expansion joints in dimension stone cladding. d. Perimeter joints between concrete, dimension stone cladding, frames of doors. curtainwalls. e. Soffits and overhead surfaces. 2. Exterior Joints in Horizontal Traffic Surfaces: a. Stone paving. b. Cast -in-place concrete slabs. 3. Interior Joints in Vertical Surfaces and Horizontal Nontraffic Surfaces: a. Perimeter joints of exterior openings. b. Between tops of masonry walls and underside of concrete slabs and beams. C. Tile control and expansion joints. d. Vertical control joints on exposed surfaces of unit masonry and concrete walls. e. Perimeter joints between interior wall surfaces and frames of interior doors, windows, and elevator entrances. f. Perimeter joints of toilet fixtures. 4. interior Control and Expansion Joints in Horizontal Traffic Surfaces: a. Cast -in-place concrete. b. Stone flooring. C. Tile flooring. B. QUALITY ASSURANCE 1. Preconstruction compatibility and adhesion testing. 2. Preconstruction field testing. 3. Construct mockups. C. MATERIALS 1. Eiastomeric Sealants: Silicone or Urethane for vertical surfaces; urethane for horizontal surfaces. 2. Latex Sealants: Acrylic emulsion. 3. Preformed foam sealant. 4. Joint Sealant Backing: Plastic -foam filler or bond -breaker tape. D. JONT SEALANT SCHEDULE 1. Standard of Quality for Traffic Joints: a. Pecora: Urexpan NR -200 or NR -201. Outline Specifications Division 7-5 01=1. 02- 915 Watson Island -Greater Mij Visitor and Aviation Center b. Sonnebom: Sonolastic Paving Joint Sealant. C. Tremco: Vulkem 45 or 245. Outline Specifications Design Development Submittal 2. Standard of Quality for Non -Traffic Joints: a. Pecora: Dynatrol I or Dynatrol II. b. Sonneborn: Sonolastic NPI or NPII. C. General Electric: Silpruf SCC 2000 Weatherproofing Sealant. d. Dow: Dow Coming 790 Silicone Building Sealant. e. Tremco Vulkem 116 and Vulkem 922. f. Koch PTI: 7130 One part Urethane 3. Standard of Quality for Latex Sealant: a DAP Latex Caulk. b. Sonneborn Sonolac Acrylic Latex. C. Tremco Acrylic Latex Caulk. d. Pecora AC -20 Acrylic Latex Calk. END OF DIVISION 7 Outline Specifications Division 7-6 02- 915 01=i Watson Island -Greater Mia, Visitor and Aviation Center DIVISION 8 — DOORS AND WINDOWS SECTION 08110 - STEEL DOORS AND FRAMES A. SUMMARY -)utline Specifications Design Development Submittal 1. Interior and exterior steel doors. 2. Interior steel frames, including transoms, sidelights and borrowed lights, placed in concrete, masonry, gypsum board assemblies. 3. Exterior galvanized steel frames, including transoms, placed in concrete, masonry. B. SUBMITTALS 1. Schedule of doors and frames. 2. Coordination with door hardware supplier. C. QUALITY ASSURANCE 1. Requirements: ANSIISDI 100. D. MATERIALS 1, Interior Doors: a. Grade: Extra heavy duty. b. Design: Seamless. C. Material: Steel. 2. Exterior Doors: a. Grade: Extra heavy duty. b. Design: Seamless. C. Material: Galvanized steel. 3. Door Louvers: Sight proof, except fire -rated automatic at fire rated doors. 4. Frames: Welded. 5. Assemblies: Fire rated where indicated. 6. Finish: Factory prime for field {painting. SECTION 08211 - FLUSH WOOD DOORS A. SUMMARY 1. Solid -core doors with wood -veneer faces for transparent finish. 2. Solid -core doors with hardboard faces for opaque finish. 3. Factory fitting flush wood doors to frames. 4. Factory machining for hardware. 5. Factory finished. 6. Louvers where indicated. Outline Specifications Division8 -1 Ot02— 9101=1 Watson Island -Greater Mie Visitor and Aviation Center B. QUALITY ASSURANCE 1. Quality Standard: NWWDA and AWL C. WARRANTY 1. Materials and Workmanship: a. Solid -Core Interior Doors: Life of installation. Dutline Specifications Design vevelopment Submittal D. MATERIALS 1. Interior Solid -Core Doors: a. Grade: Premium. b. Finishes: Transparent and opaque. C. Fire -rated type where indicated. 2. Veneer Species and Matching for Transparent Finish Doors: To be selected. 3. Veneer Species for Opaque Finish Doors: Medium Density Overlay. 4. Core: Particle board or glued -block core. 5. Construction: 5 ply. 6. Louvers: Aluminum; finish to be selected. T Transparent Factory Finish: a. Grade: Premium grade. b. Type: TR -6 Catalyzed polyurethane. 8. Opaque Factory Finish: a. Grade: Premium grade. b. Type: OP -6 Catalyzed polyurethane. Color: To be selected. E. STANDARD OF QUALITY 1. Eggers. 2. Weyerhauser. 3. Buell. SECTION 08305 - ACCESS DOORS A. SUMMARY 1. Wall access doors. 2. Ceiling access doors. 3. Fire -rated wall and ceiling access doors. B. QUALITY ASSURANCE 1. Fire -Rated Access Door Standard: NFPA 80. C. MATERIALS 1. Insulated, Fire -Rated Doors: a. Material: Steel. Outline Specifications Division 8 -2 01=10 02— 915 Watson Island -Greater Miar• Visitor and Aviation Center utline Specifications Design uevelopment Submittal b. Fire -Rating: As required by adjacent construction. 2. Trimless, Recessed Doors for Gypsum Board Finish or Plaster Finish: Steel, 3. Locks: Key -operated cylinder lock. 4. Standard of Quality: Milcor; JL Industries;Karp. SECTION 08331 - OVERHEAD COILING DOORS A. SUMMARY 1. Overhead Counter Door. B. QUALITY ASSURANCE 1. Performance Requirements: a. Wind Load: As required by applicable codes and as indicated. b. Cycles: Designed for not less than 20,000 cycles. C. MATERIALS 1. Door Curtain: Stainless steel. 2. Slat Design: Flat. 3. Seals: Provide manufacturer's standard weather seals for exterior doors. 4. Counterbalancing mechanism enclosed in hood or in soffit where hood is not required.. 5. Finish: a. #4 finish. 6. Electric motor operation: Remote -control station; include obstruction detection device. D. STANDARD OF QUALITY 1. Atlas; Overhead Door Corp.; Cornell Iron Works. SECTION 08334 - OVERHEAD COILING GRILLES A. SUMMARY 1. Stainless-steel overhead -coiling grilles. B. QUALITY ASSURANCE 1. Performance Requirements: Designed for not less than 20,000 cycles. C. MATERIALS 1. Grille Curtain: a. Rod Spacing: 1-112 inches. b. Link Spacing: 3 inches. 2. Counterbalancing mechanism concealed in soffit or enclosed in hood where hood is required. Outline Specifications Division 8 -3 02-- 915 Watson Istand-Greater Mi Visitor and Aviation Center Outline Specifications Desig„ Development Submittal 3. Finish: a. Stainless Steel: #4 Finish. 4. Electric motor operation with key operated remote -control station; include obstruction detection device and emergency egress release. SECTION 08410 - ALUMINUM ENTRANCES A. SUMMARY I. Exterior entrance systems, including door and frame units, transoms, and sidelights. B. QUALITY ASSURANCE 1. Preconstruction sealant testing. C. SYSTEM PERFORMANCE 1. Hurricane -resistance performance against large and small missile -impact. D. WARRANTY 1. Materials and Workmanship: Two years. E. COMPONENTS 1. Doors: Medium style. 2. Hardware: a. Hinges: Butt hinges. b. Closers: Overhead, concealed. C. Cylinders: Mortise deadlock. d. Exit Devices: Concealed vertical rod. e. Pull handles and push bars. f. Thresholds. 3. Glazing: Laminated glass specified in Section 08800. 4. AlumirTum Finish: High-performance organic coating- 3 -coat system. F. STANDARD OF QUALITY 1. Arch Aluminum. 2. Kawneer. 3. YKK. SECTION 08460 - AUTOMATIC ENTRANCE DOORS A. SUMMARY 1. Automatic Entrance Doors: Outline Specifications Division 8 -4 OIC201 02-- 915 Watson Island -Greater Mian^' Visitor and Aviation Center a. One-way swing. Opposite sides where indicated b. Aluminum transoms and sidelights. B. SUBMITTALS 1. Hardware schedule. C. QUALITY ASSURANCE 1. Fire -Rated Door Assembly Standard: NFPA 80. D. WARRANTY 1. Materials and Workmanship: Three years. E. MATERIALS 1. Hardware: a. Hinges: Ball-bearing butts. b. Deadlock: Mortise type. C. Thresholds. utline Specifications Design —dvelopment Submittal 2. Door Operators: a. Type for Swinging Doors: Electromechanical. 3. Door Control Systems: a. Infrared Motion -Detectors: On approach side of door. b. Wall -mounted, push plate. 4. Finishes: High-performance organic coating, 3 -coat system. 5. Standard of Quality: a. Horton. b. Dor-O-Matic. C. Stanley. SECTION 08710 - DOOR HARDWARE A. SUMMARY 1. Door hardware required for swing doors. 2. Electrified hardware in security areas. B. SUBMITTALS 1. Final hardware and keying schedules. Outline Specifications Division 8 -5 01=01 02_ 915 Watson Island -Greater Mir Visitor and Aviation Center 2. Samples as requested. C. QUALITY ASSURANCE 1. Standard: ANSI/BHMA. D. MATERIALS 1. Hinges. Standard of Quality: Hager, Stanley. 2. Lock Cylinders and Keys: a. System: Per Owner's requirements. b. Cylinders: Seven -pin tumbler. Outline Specifications Desiy.. Jevelopment Submittal 3. Key control system. 4. Locks, latch sets, and bolts. Selected from Schlage, L -Series Mortise Lock; Lever style to be determined. Stainless steel 630 finish. 5. Exit devices. Standard of Quality: Von Duprin. 6. Push/Pull Units: Concealed fasteners. Standard of Quality: Quality; Ives. 7. Closers and Holders: Access -free manual closer. Standard of Quality: LCN. 8. Door Trim Units and Protection Plates: Stainless steel. 9. Electro -Magnetic Hold Open Devices: LCN. 10. Weather-stripping for exterior doors. Standard of Quality: Pemko; Reese; National Guard. 11. Sound stripping for interior doors. Standard of Quality: Pemko; Reese; National Guard. 12. Astragals or meeting seals on pairs of doors. Standard of Quality: Pemko; Reese; National Guard. 13. Thresholds. Standard of Quality: Pemko; Reese; National Guard. 14. General Finish: Stainless steel. SECTION 08800 - GLAZING A. SUMMARY 1. Glazing required for the following: a. Glazed curtain walls. b. Exterior entrances, sidelights, and transoms. C. Interior vision lites, sidelights and transoms. d. Ticket windows. e. Unframed mirrors. B. WARRANTY 1. Deteriorated Laminated Glass: Not less than five years. C. MATERIALS 1. Wired Glass: 1/4 inch thick; polished Standard of quality: Viracon. 2. Tempered clear glass. 1/4 inch thick minimum. Standard of quality: Viracon; LOF; PPG. Outline Specifications Division 8 -6 010201 02- 915 Watson Island -Greater Miarr Visitor and Aviation Center Aline Specifications Design ucvelopment Submittal 3. Laminated Tinted Glass: Having Miami -Dade County Product Control Approval for exterior application. Consisting of one tinted heat strengthened layer; one clear heat strengthened layer of glass; one plastic interlayer. Tint color: To be selected. Standard of Quality: Viracon Hurricane -Resistant Glass HRG-2, unless otherwise required by framing manufacturer in order to comply with Product Control Approval Certificate. 4. Laminated Ceramic -Coated Spandrel Glass: Same as specified above under "Laminated Tinted Glass," except tinted layer to be ceramic coated. 5. Glazing Tapes: In strict accordance with manufacturer's recommendations. 6. Laminated Security Glass: Attack/Bullet Resistant Glass by Globe Amerada or Guardian. Minimum Thickness: 9/16 inch thick. 7. Interior Decorative Laminated Glass: 1/4 inch thick minimum. Standard of Quality: Sumiglass, Viracon. 8. Mirrors: 1/4 inch minimum float glass with chemically deposed silver coatings. 9. Glazing Sealant: Silicone sealant. D. GLASS SCHEDULE 1. Laminated tinted glass for exterior curtain walls, and entrances. 2. Laminated porcelain -coated spandrel glass at indicated areas of exterior curtain walls. 3. Clear tempered glass for interior vision lights, windows. 4. Laminated security glass for ticket windows. 5. Clear wire glass for interior fire rated vision lights and windows. 6. Interior Decorative Laminated Glass for interior glazed openings where indicated. SECTION 08920 - GLAZED ALUMINUM CURTAIN WALLS A. SUMMARY 1. Glazed aluminum curtain wall. B. SYSTEM DESCRIPTION 1. Two sides will be structural silicone glazed with no exposed exterior aluminum; two sides with exposed aluminum framing. C. QUALITY ASSURANCE 1. Requirements: AAMA. 2. System to have Miami -Dade County Product Control Approval. D. WARRANTY 1. Materials and Workmanship: Two years. E. COMPONENTS Outline Specifications Division 8 -7 01=1 02-- 915 Watson Island -Greater Miz Visitor and Aviation Center Outline Specifications Desi.. jevelopment Submittal Aluminum Finish: Clear anodized finish. Fabricate exterior and interior custom battens/face covers of design to be developed. F. STANDARD OF QUALITY 1. YKK, System 300. SSG. 2. Equivalent by Kawneer or Arch Aluminum. G. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. END OF DIVISIONS Outline Specifications Division8 -8 02— 9 01=1 Watson island -Greater Miam' Visitor and Aviation Center DIVISION 9 — FINISHES SECTION 09220 - PORTLAND CEMENT PLASTER/STUCCO A. SUMMARY 1. Metal framing and furring. 2. Metal lath. 3. Metal accessories. 4. Portland Cement Plaster/Stucco: Outline Specifications Uesign Development Submittal a. Over metal lath for suspended and furred ceilings, suspended stucco soffits. b. Over masonry and concrete walls.' B. QUALITY ASSURANCE 1. Mockup panels for each type of finish and application. Mockup demonstrating reveals. 2. Structural calculations signed and sealed by Florida registered structural engineer for exterior suspended stucco soffits. C. MATERIALS 1. Metal supports for suspended ceilings and soffits, including hangers, carrying channels, studs, and furring channels. Galvanized finish. 2. Lath: a. Expanded Metal: Diamond mesh. Galvanized. 3. Accessories: Corner beads; casing beads; control joints. Fabricated for zinc at exterior locations; fabricated from galvanized steel at interior locations. 4. Plaster Compositions: a. Three -coat work over metal lath. b. Two -coat work over concrete unit masonry and concrete. C. Finish Coat: Sob mixed or factory mixed Portland cement plaster/Stucco. 5. Finish: Smooth sand finish for interior application; smooth sand finish for exterior application. 6. Stucco Reveals: Formed with temporary wood grounds, specified in Section 06100. Outline Specifications Division 9 -1 01=1 02- 915 Watson Island -Greater Mi Outline Specifications Visitor and Aviation Center Design Development Submittal SECTION 09255 - GYPSUM BOARD ASSEMBLIES A. SUMMARY 1. Non -load-bearing steel framing members for gypsum board assemblies. 2. Gypsum board assemblies attached to steel framing. 3. Cementitious backer units installed with gypsum board assemblies. 4. Metal accessories. B. QUALITY ASSURANCE 1. Mockups to demonstrate joint finishes. 2. Compliance with ASTM C754 and C840. 3. Partitions and soffits to be designed to resist 5 Ib/ft2 wind load. C. MATERIALS 1. Metal supports for suspended ceilings, including hangers, carrying channels, and furring channels. Galvanized steel, sizes and spacing per ASTM C754. 2. Steel Framing for Partitions: Studs spaced at 16 inches o.c. 25 and 20 gage galvanized steel. 3. Steel Framing for Walls: Rigid furring channels, Z shaped and hat shaped. Spacing: 16 inches o.c. 25 gage galvanized steel. 4. Gypsum Wallboard: a. Regular: 5/8 inch thick. b. Type X: 5/8 inch thick. 5. Gypsum Board Base for Multilayer Applications: a. Regular: 5/8 inch, unless otherwise indicated or required. b. Type X: 5/8 inch, unless otherwise indicated or required. 6. Water -Resistant Gypsum Backing Board: a. Regular: 5/8 inch. b. Type X: 5/8 inch. 7. Cementitious Backing Board at Shower Walls and where indicated: a. Thickness: 1/2 inch; similar to Durock by USG. 8. Accessories: Comer beads; LC -beads; One-piece control joints. 9. Joint Reinforcing: Glass -fiber fabric. 10. Joint Compounds: Setting type. 11. Acoustical sealants. 12. Sound attenuation blankets: Unfaced mineral or fiber glass blanket; 3 inch thick minimum. Standard of Quality: Thermafiber by USG or Fiberglass blankets by Owens Corning. Outline Specifications Division 9 -2 01=01p 02- 915 Watson Island -Greater Mia Outline Specifications Visitor and Aviation Center Design Development Submittal D. INSTALLATION 1. Fasten gypsum board to supperts with screws in accordance with manufacturer's recommendations. 2. Finish: GA -214 Level 4 for exposed gypsum board. E. STANDARD OF QUALITY FOR STEEL FRAMING, GYPSUM BOARD AND ACCESSORIES 1. USG 2. National Gypsum Co. SECTION 09265 - GYPSUM BOARD SHAFT -WALL ASSEMBLIES A. SUMMARY 1. Proprietary gypsum board shaft -wall assemblies consisting of gypsum board panels and metal components designed for erection from outside shafts. 2. Applications: Shaft and horizontal duct enclosures. B. QUALITY ASSURANCE 1. Assemblies: STC -rated. 2. Fire -Resistance Rating: One hour and two hours. 3. Sustained Air -Pressure Loads: 10 Ibf/sq. ft. minimum. 4. Deflection Limit: L/240. C. MATERIALS 1. Studs: 2 -1/2 -inch, unless otherwise indicated. Fbbricated from galvanized steel. 2. Gypsum Board Materials: a. Gypsum wallboard. b. Gypsum shaft wall liner. 3. Acoustical sealant. 4. Sound -attenuation blankets. D. GYPSUM BOARD SHAFT -WALL ASSEMBLY SCHEDULE 1. Refer to UL design numbers indicated on drawings. E. STANDARD OF QUALITY 1. USG 2. National Gypsum Co. Outline Specifications Division9 -3 t�, 0,020, Watson Island -Greater M Visitor and Aviation Center SECTION 09310 - CERAMIC TILE A. SUMMARY 1. Tile for Thin -Set Installation: Outline Specifications Design Development Submittal a. Unglazed ceramic mosaic. b. Unglazed quarry. C. Glazed ceramic wall. d. Special purpose. 2. Waterproof membrane for thin -set the installations. 3. Stone thresholds. 4. Floor Substrates: Concrete. 5. Wall Substrates: Cement Plaster; Cementitious backer units; gypsum board. B. QUALITY ASSURANCE 1. Mockups for each form of construction. C_ MATERIALS 1. Trim Shapes: Sanitary caved base; bullnose cap. 2. Stone Thresholds: Marble. 3. Waterproofing: Latex rubber or acrylic latex. 4. Mortar: a. Latex -Portland cement. 5. Organic adhesive. 6. Grout: a. Chemical -resistant epoxy. 7. Elastomeric Sealants: Multipart, pourable urethane. D. CERAMIC TILE SCHEDULE 1. Floor tile in Toilet Rooms: 2 inch x 2 inch x 1/4 inch thick minimum unglazed ceramic mosaic tile. Standard of Quality: American Olean; Dal -Tile; Summitville. Color: To be selected. In shower areas, include abrasive additive on tile. 2. Wall Tile: 4-1/4 inch x 4-1/4 inch x 5/16 inch thick glazed ceramic tile. Standard of Quality: American Olean; Dal -tile; Summitville. Color: To be selected. 3. Wall Base: Straight sanitary base for areas with wall tile, bullnose top if no wall tile; Same size as wall tile. Standard of Quality and color: Same as wall tile. Outline Specifications Division 9 -4 n 1 CJ 010201 Watson Island -Greater Miarr� Outline Specifications Visitor and Aviation Center vesign Development Submittal 4. Quarry Tile: 6 inch x 6 inch x 1/2 inch thick or 8 inch x 8 inch x 1/2 inch unglazed quarry tile. Standard of Quality: American Olean; Dal -Tile; Summitville. SECTION 09385 - DIMENSION STONE TILE A. SUMMARY 1. Marble tile for mortar installation. 2. Floor Substrates: Concrete. 3. Wall Substrates: Cement plaster or gypsum board. B. QUALITY ASSURANCE 1. Mockup sample panel. C. WARRANTY 1. Materials and Workmanship: Two years. D. MATERIALS 1. Stone Tile: Travertine Marble. a. Finish: To be determined. b. Size: 18x18 inch. 2. Stone Base: a. Finish: To be determined. 3. Mortar: a. Portland cement, reinforced. b. Latex -Portland cement. 4. Asphalt -felt cleavage membrane. 5. Grout: a.. Latex -Portland cement. 6. Accessories: a. Termination and edge strips fabricated from zinc. SECTION 09511 - ACOUSTICAL PANEL CEILINGS A. SUMMARY 1. Acoustical panel ceilings and exposed suspension systems. B. SUBMITTALS 1. Coordination Drawings. 2. Samples. C. MATERIALS Outline Specifications Division 9 -5 0,0201 02- 915 Watson Island -Greater Miar Outline Specifications Visitor and Aviation Center .esign Development Submittal 1. Acoustical Panels: a. 24 inch x 24 inch x 7/8 inch thick. Standard of Quality: Armstrong, Cirrus or USG Eclipse ClimaPlus. b. Edge: Beveled Tegular. C. Color: White. d. Suspension System: 9/16 inch bolt slot grid. White. 1/8 inch reveal 2. Metal Suspension System Accessories: a. Wire hangers, ties, rods, and fasteners. b. Edge Moldings and Trim: Galvanized sheet steel. 3. Non -Fire -Resistance -Rated, Direct -Hung Suspension Systems: a. Narrow -face grid: Double -web, hot -dip galvanized steel. Standard of Quality: Armstrong, Suprafine XL, white. SECTION 09600 - STONE PAVING A. SUMMARY 1. Dimension stone paving set in mortar bed for exterior application. 2. Dimension stone stair treads and risers set in mortar bed. 3. Stone thresholds. B. QUALITY ASSURANCE 1. Mockups to demonstrate materials and execution. C. MATERIALS 1. Stone: Travertine marble. Refer to Allowance Section 01020. 2. Mortar: Portland cement. 3. Grout: Latex-portland cement. 4. Cleavage Membrane: Asphalt felt. 5. Divider Strips: Zinc alloy. D. STONE SCHEDULE 1. Stone paving on outdoor areas, including but not limited to: Breezeway and Outdoor Dining Area. Sizes to be determined. Outline Specifications Division 9 -6 01=1 02- 915 Watson Island -Greater Miar Visitor and Aviation Center SECTION 09651 - RESILIENT TILE FLOORING A. SUMMARY 1. Vinyl composition floor tile. 4. Resilient wall base and accessories. 5. Substrate: Concrete. Outline Specifications Design Development Submittal B. MATERIALS 1. Vinyl Composition Tile: a) Class: One, solid color. Color to be selected. b) Wearing Surface: Smooth. c) Thickness: 1/8 inch. d) Size: 12 by 12 inches. e) Standard of Quality: Armstrong, Stonetex. 2. Resilient Accessories: a) Wall Base: Rubber, 4 inches high; 1/8 inch thick. Color to be selected. b) Moldings: Rubber. SECTION 09680 - CARPET A. SUMMARY 1. Carpet. 2. Substrate: Concrete. B. SUBMITTALS 1. Schedule of carpet for each room. C. QUALITY ASSURANCE 1. Carpet meeting flame -spread and smoke -developed requirements. 2. Carpet meeting critical radiant flux Class I classification requirements. 3. Mockups for each type of carpet and installation method. D. WARRANTY 1. Carpet Materials: Ten years. 2. Carpet Workmanship: Five years. E. MATERIALS 1. Carpet: By allowances as follows: a. Drawing Finish Designation CPT -1: Refer to Allowance Section 01020. b. Drawing Finish Designation CPT -2: Refer to Allowance Section 01020. Outline Specifications Division 9 -7 Watson Island -Greater Miac^i Outline Specifications Visitor and Aviation Cente _)esign Development Submittal F. INSTALLATION 1. Installation Method -CPT -1: Direct glue -down. 2. Installation Method -CPT -2: Direct glue down with attached cushion pad. SECTION 09900 - PAINTING A. SUMMARY 1. Surface preparation and field painting of exposed exterior and interior items and surfaces. 2. Substrates: Cementitious materials; ferrous metals; nonferrous metals; gypsum board; cement plaster. 3. Wood substrates will be factory finished. B. QUALITY ASSURANCE 1. Benchmark samples (mockups) for each type of coating and substrate to establish required sheen, color, and texture. C. EXTERIOR PAINT SCHEDULE 1. Stucco: a. Flat Acrylic: Two coats over primer. 2. Ferrous Metal: a. Semi -Gloss Acrylic Enamel: Two coats over rust -inhibitive primer. 3. Zinc -Coated Metal: a. Semi -Gloss Acrylic Enamel: Two coats over galvanized metal primer. 4. Steel Columns and Accessories: a. Semi -Gloss Aliphatic Urethane System: One coat over epoxy primer. D. INTERIOR PAINT SCHEDULE 1. Cast -In -Place Concrete: a. Acrylic Enamel: Two coats over primer. 2. Concrete Masonry Units: a. Acrylic Enamel: Two coats over block filler. 3. Gypsum Board: a. Acrylic Latex: Two coats over primer. 4. Cement Plaster: a. Acrylic Latex: Two coats over primer. 5. Woodwork: Shop finished. 6. Ferrous Metal: Outline Specifications Division 9 -8 0,020, 02- 915 Watson Island -Greater Miami Visitor and Aviation Center a. Acrylic Enamel: Two coats over primer. 7. Zinc -Coated Metal: a. Acrylic Enamel: Two coats over primer. 8. Colors: To be selected. SECTION 09950 - WALL COVERINGS A. SUMMARY Outline Specifications align Development Submittal 1. Textile wall coverings. 2. Substrates: Gypsum board and cement plaster with stain -resistant coating. B. SUBMITTALS 1. Schedule of wall coverings by room. C. QUALITY ASSURANCE 1. Mockups for each form of construction and finish. 2. Wall Coverings Fire -Test -Response Characteristics: Class A per ASTM E 84. D. MATERIALS 1. Vinyl: Type Il, medium duty with stain -resistant coating. a. Allowance: Refer to Section 01020. 2. Textile with stain -resistant coating Category III, decorative with high serviceability. a. Allowance: Refer to Section 01020. E. INSTALLATION 1. Pattern Matching: Straight. END OF DIVISION 9 Outline Specifications Division 9 -9 o+ 02- 2_ 01=1 Watson Island -Greater "°ami Visitor and Aviation Ce DIVISION 10 — SPECIALTIES SECTION 10155 - TOILET COMPARTMENTS A. SUMMARY 1. Toilet Compartments: a. Ceiling hung. 2. Screens: a. Wall hung. B. MATERIALS 1. Stainless steel. 2. Hardware: Stainless steel. 3. Fasteners: Stainless steel. C. STANDARD OF QUALITY 1. AMPCO. 2. General Partitions. 3. Metpar. 4. Sanymetal. SECTION 10200 - EXTERIOR WALL LOUVERS A. SUMMARY 1. Fixed wall louvers. B. QUALITY ASSURANCE Outline Specifications ign Development Submittal 1. Manufacturer to engineer, fabricate, and install louvers to withstand design loads. 2. Standards: SMACNA. 3. Louvers to have Miami -Dade Product Control Approval. C. PRODUCTS 1. Materials: Aluminum extrusions. 2. Fixed -Blade Wall Louvers: a. Horizontal, drainable blades. 3. Bird wire screening. 4. Fasteners: Fabricated from stainless steel. D. FINISH 1. Aluminum: High-performance organic coating. Outline Specifications Division 10-1 a020, 02- 915 Watson Island -Greater M�gmi Outline Specifications Visitor and Aviation Cel D, _.gn Development Submittal E. STANDARD OF QUALITY 1. Ruskin, Model No. ELF6375DXD. SECTION 10265 - WALL SURFACE PROTECTION SYSTEMS A. SUMMARY 1. Wall Protection Systems: a. Comer guards. B. MATERIALS 1. Comer Guards: a. Surface -mounted resilient plastic. Colors to be selected. b. Fire -rated resilient plastic. Colors to be selected. C. Stainless steel. 2. Standard of Quality: Acrovyn/CIS Group. SECTION 10350 - FLAGPOLES A. SUMMARY 1. Aluminum flagpoles. B. SUBMITTALS 1. Structural calculations showing compliance with design loading. C. QUALITY ASSURANCE: 1. Structural Performance: Basic wind speed 110 mph. D. MATERIALS 1. Aluminum: Cone tapered, with clear anodic finish. a. Mounting: Foundation tube. b. Exposed Height: 35 ft. 2. Fittings: Finial ball; internal halyard, winch system. SECTION 10416 - DIRECTORIES A. SUMMARY 1. Recessed -mounted, non -illuminated directories, with film -type message strips. B. MATERIALS Outline Specifications Division 10-2 02=, 02- 915 Watson Island -Greater -Miami Visitor and Aviation C ;r 1. Glazing: Laminated glass. 2. Finish: Class I, clear anodic. C. STANDARD OF QUALITY 1. ASI. 2. Poblocki & Sons. SECTION 10425 - SIGNS A. SUMMARY 1. Panel signs. 2. Dimensional letters and numbers. B. PRODUCTS 1. Panel Signs: a. Type: Aluminum framed. b. Material: Acrylic plastic or ABS plastic. C. Copy Process: "Sand Carved" method. 2. Dimensional Letters and Numbers: a. Type: Fabricated. b. Metal: Stainless steel. Outline Specifications sign Development Submittal 3. Finishes: a. Aluminum: High-performance organic coating or clear anodized finish. b. Stainless steel: #4 finish. 4. Standard of Quality: a. Mohawk. b. ASI. C. Best. C. INSTALLATION 1. Mounting: Mechanically fastened with stainless steel fasteners. SECTION 10522 - FIRE EXTINGUISHERS, CABINETS, AND ACCESSORIES A. SUMMARY 1. Fire extinguishers. 2. Cabinets: a. Fire extinguisher. 3. Fire extinguisher mounting brackets. Outline Specifications Division 10-3 0=1 Q2-- 915 Watson Island -Greater Miami visitor and Aviation Cer. B. QUALITY ASSURANCE 1. Products: UL listed. Outline Specifications DL do Development Submittal C. MATERIALS 1. Fire Extinguishers: Multipurpose dry -chemical type. 2. Cabinets: a. Mounting: Recessed or Semi -recessed. b. Door Material: Stainless steel. C. Standard of Quality: Potter Roemer "Occult Series." 3. Finishes: a. Stainless Steel: Satin, directional polish. SECTION 10750 - TELEPHONE SPECIALTIES A. SUMMARY 1. Telephone Specialties: a. Wall -mounted telephone enclosures. b. Directory storage units. B. QUALITY ASSURANCE 1. Accessibility Standards: ANSI A117.1. C. MATERIALS 1. Wall -Mounted, Shelf -Type Telephone Enclosures: a. Walls: Stainless-steel acoustical panels. b. Shelves and directory storage. 2. Finishes: a. Stainless Steel: Bright, directional polish. SECTION 10800 - TOILET ACCESSORIES A. SUMMARY 1. Toilet Accessories: a. Recessed -mounted toilet tissue dispensers. b. Recessed combination towel dispensedwaste receptacles. C. Stainless-steel grab bars. d. Fully recessed or semi -recessed sanitary napkin vendors. e. Surface -mounted sanitary napkin disposal units. Outline Specifications Division 10-4 0=1 02- ��_� Watson Island -Greater' ami Visitor and Aviation Cep Outline Specifications C gn Development Submittal f. Liquid soap dispensers; wall mounted and deck mounted. g. Recessed seat -cover dispensers. h. Towel/Robe hooks. i. Shower Curtain Bar and hooks. j. Recessed soap dish with grab bar. k. Mop and broom holder/utility shelf. I. Robe hooks. M. Diaper changing stations. 2. Mirrors: a. Stainless -Steel Framed: Standard. B. SUBMITTALS 1. Schedule of toilet accessories (by room). C. WARRANTY 1. Mirrors: 15 years. D. FINISH: 1. Stainless steel satin finish. E. STANDARD OF QUALITY 1. Bobrick. 2. Bradley. END OF DIVISION 10 Outline Specifications Division 10-5 02- 915 Watson Island -Greater M`- -ni Visitor and Aviation Cen, DIVISION 11 — EQUIPMENT SECTION 11400 - FOOD SERVICE EQUIPMENT Outline Specifications De„yn Development Submittal A. SUMMARY 1. Custom -fabricated food service equipment. 2. Food Service Consultant will design food service equipment facilities. 3. Equipment will be selected by Consultant. B. SUBMITTALS 1. Coordination Drawings. C. QUALITY ASSURANCE 1. Standards and Criteria: NSF. D. WARRANTY 1. Refrigerator Compressor: Five years. E. PRODUCTS 1. Tables: Stainless steel with undershelves. 2. Sinks: Stainless steel with drainboard and waste assembly. 3. Wall Shelves and Overshelves: Stainless steel. 4. Drawers: Lift -out type, stainless steel. 5. Exhaust Hoods: Stainless-steel, with removable baffle -type grease filters, vapor -tight light fixtures, and duct collar. F. INSTALLATION 1. Factory -authorized representative to provide startup services. G. EQUIPMENT SCHEDULE 1. To be selected by Consultant. END OF DIVISION 11 Outline Specifications Division 11 -1 ,2=, 02- 'div Watson Island -Greater Mie? Visitor and Aviation Center DIVISION 12 — FURNISHINGS Outline Specifications Design Development Submittal SECTION 12500 - WINDOW TREATMENT A. SUMMARY 1. Window shades for wall extension bracket mounting. B. MATERIALS 1. Window Shades: a. Type: Roll shades. b. Shadecloths Required: Mesh shades. Colors and types to be selected. c. Accessories: Brackets and pulls. 2. Operation: a. Manual operation, unless otherwise indicated. 3. Standard of Quality: a. Mecho-Shade. C. INSTALLATION 1. Wall mount or overhead mount shades as indicated on drawings. SECTION 12680 - FOOT GRILLES A. SUMMARY 1. Foot grille for pit application with metal liner in pit sloped to drain. 2. Frames for foot grilles. B. MATERIALS 1. Foot Grilles: Stainless steel. 2. Support System: Extruded -metal support system for drainage pit applications. 3. Pan Liner: Aluminum or stainless steel. 4. Frames: Stainless steel. 5. Stainless steel fasteners. C. STANDARD OF QUALITY 1. KADEE Industries, Inc., Model KD98 END OF DIVISION 12 Outline Specifications Division 12 —1 ,=Mo, 02— 915 Watson Island -Greater Miam; Visitor and Aviation Center DIVISION 13 — SPECIAL CONSTRUCTION Outline Specifications _sign Development Submittal SECTION 13130 - TENSIONED MEMBRANE STRUCTURE A. SUMMARY 1. Pre-engineered tensioned membrane roof structure, complete with structural framing, and accessory elements required for structure. B. QUALITY ASSURANCE 1. Manufacturer to engineer, design, fabricate, and erect system to withstand design loads. C. WARRANTY 1. Fabric: Manufacturer's 20 years. D. MATERIALS 1. Structural Framing: Stainless steel cable systems. Terminating fittings in accordance with manufacturer's recommendations. 2. Fabric.- a. abric: a. PTFE (Teflon) Coated Fiberglass fabric; incombustible, Class A. 3. Fasteners and Accessories: a. Material: Stainless steel. END OF DIVISION 13 Outline Specifications Division 13 —1 C2ozc+ 92- 915 Watson Island -Greater Mie Outline Specifications Visitor and Aviation Center Design Development Submittal DIVISION 14 — CONVEYING SYSTEMS SECTION 14240 - HYDRAULIC ELEVATORS A. SUMMARY 1. Hydraulic passenger and service elevators, including hydraulic plunger and cylinder, cars, hoistway doors, guide rails, roping, buffers, signals, control systems, and safety devices. a. Single -acting, under -the car, hydraulic plunger -cylinder units. B. SUBMITTALS 1. Inspection and acceptance certificates and operating permits. C. QUALITY ASSURANCE 1. Safety Code: ASME A17.1, "Safety Code for Elevators and Escalators." D. WARRANTY 1. Standard Elevator: 12 months. E. MAINTENANCE SERVICE 1. Initial Full -Maintenance Service: 12 months. F. MATERIALS 1. Power Supply: 480 V, 3 phase_ 2. Cylinder Casings: Manufacturer's recommended. 3. Operation: a. Single elevator. 4. Auxiliary Operations: a. Standby power operation. b. Independent service for each car of a group. C. Loaded car bypass. d. Automatic dispatching of loaded car. e. Nuisance call cancel. f. Security keyswitch for car and hall buttons. g. Secured landing feature. h. Anticrime feature. 5. Car Enclosures: a. Panels: Stainless steel. b. Ceilings: Luminous. C. Flooring: Vinyl composition flooring; rubber base at service elevator; dimension stone the specified in Division 9 for passenger elevators. 6. Hoistway and Elevator Entrances: a. Stainless steel Outline Specifications Division 14 —1 28MM 02- 915 Watson Island -Greater MiF Visitor and Aviation Centel Outline Specifications Design Development Submittal G. FIELD QUALITY CONTROL 1. Acceptance Tests: ASME A17.1. H. HYDRAULIC PASSENGER ELEVATOR SCHEDULE 1. Passenger Elevator Nos. 1 and 2: a. Operation: Duplex b. Capacity: 3500 lb. C. Speed: 125 FPM d. Travel: Approximately 30'-0" e. Landings: (3) in-line f. Hoistway Size: As indicated g. Machine Room: Adjacent to hoistway at lowest landing h. Platform Size: As indicated i. Cab Height: 8'-0" 2. Service Elevator No. 3: a. Operation: Simplex b. Capacity: 4000 lb. C. Speed: 125 FPM d. Travel: Approximately 30'-0" e. Landings: (3) in-line f. Hoistway Size: As indicated. g. Overhead: 12'-3" minimum clear h. Machine Room: Adjacent to hoistway at the lowest landing i. Platform Size: As indicated j. Cab Height: 8'-0" I. STANDARD OF QUALITY 1. Montgomery, 2. Otis. 3. Dover. SECTION 14540 - BAGGAGE CONVEYING AND DISPENSING A. SUMMARY 1. Baggage conveying and dispensing system. , B. MATERIALS 1. System and materials to be selected at a later date. END OF DIVISION 14 Outline Specifications Division 14 —2 c� ... 2UM Watson Island -Greater Miami Visitor and Aviation Center DIVISION 15 — MECHANICAL SECTION 15075 - MECHANICAL IDENTIFICATION A. SUMMARY 1. Mechanical identification materials and devices. B. SUBMITTALS 1. Valve Schedules: For each piping system. C. QUALITY ASSURANCE 1. Standard: ASME A13.1. D. COMPONENTS Outline Specifications esign Development Submittal 1. Equipment Nameplates: Metal, permanently fastened to equipment, engraved or stamped. 2. Stencils: Standard stencils. 3. Snap -on Plastic Pipe Markers: Preprinted, semirigid type, color -coded. 4. Pressure -Sensitive Pipe Markers: Preprinted, color -coded, vinyl type with permanent adhesive. 5. Pipe Markers: Strip type. 6. Plastic Tape: Color -coded, pressure -sensitive, self-adhesive vinyl. 7. Valve Tags: Polished brass . 8. Access Panel Markers: Engraved plastic laminate. 9. Engraved Plastic -Laminate Signs: Sizes required to contain message. 10. Plastic Equipment Markers: Standard color -coded, laminated plastic. SECTION 15100 - VALVES A. SUMMARY 1. General -duty valves common to several mechanical piping systems. B. COMPONENTS 1. Gate Valves: a. 2 -1/2 -Inch NPS (DN65) and Smaller: Bronze body with soldered or threaded connections, solid -bronze wedge, Class 125 or 150, rising stem, and soldered or threaded connections. b. 3 -Inch NPS (DN80) and Larger: Cast-iron body and bonnet, Class 125, solid cast-iron wedge, outside screw and yoke, &and flanged connections. 2. Ball Valves: Bronze body and bonnet, two-piece construction, chrome -plated ball, standard port for 1/2 -inch NPS (DN15) and smaller and conventional port for valves 3/4 -inch NPS (DN20) and larger, Class 150, with stem extensions for insulated piping and memory stops. a. Operator: Steel hand wheel 3. Plug Valves: Cast-iron body and bonnet, cast-iron plug, 175 psig (1200 kPa), with square -head operator. Outline Specifications Division 15 - 1 02— 91 5 z,ox1 Watson island -Greater Miami Outline Specifications Visitor and Aviation Center :sign Development Submittal 4. Globe Valves: Cast -bronze body and bonnet. a. 2 -1/2 -Inch NPS (DN65) and Smaller: Class 125 or 150, with threaded or soldered connections. b. 3 -Inch NPS (DN80) and Larger: Class 125, outside screw and yoke, with flanged connections. 5. Butterfly Valves: Cast-iron body and bonnet, 200-psig (1380 -kPa) working pressure, stainless- steel stem; lug, or grooved style connections. a. Disc Type: Nickel -plated ductile iron. b. Operator: 1) Standard lever handle. 2) Standard lever handle with memory stop. 3) Lever handle with latch lock. 4) Gear with position indicator. 5) Gear with position indicator and chain wheel. 6) Chain wheel. 6. Check Valves: a. Swing Type, 2-1/2 Inch NPS (DN65) and Smaller: Bronze body, Class 125 or 150, horizontal swing, with threaded or soldered connections. b. Swing Type, 3 -inch NPS (DN80) and Larger: Cast-iron body, Class 125, horizontal swing, with flanged or grooved connections. d. Lift Type: Class 125, bronze body and cap, horizontal or vertical pattern, bronze disc, with threaded or soldered connections. SECTION 15135 - METERS AND GAGES A. SUMMARY 1. Meters and gages used in mechanical systems. B. COMPONENTS 1. Thermometers: 1 -percent accuracy. a. Liquid -in -Glass Type: Mercury filled. b. Direct -Mounting Filled -System Dial Type: Vapor actuated, thermal bulb, precision brass gear. C. Remote -Reading, Filled -System Dial Type: Vapor actuated, thermal bulb; precision brass gear. d. Bimetal Dial Type: Direct mounting, bimetal coil. e. Insertion Dial Type: Bimetal coil. 2. Pressure Gages: Phosphor -bronze Bourdon -tube gages, 1 -percent accuracy. a. Vacuum Range: 30 inches Hg of vacuum to 15 psig of pressure (100 kPa of vacuum to 100 kPa of pressure). b. Fluids Range: Two-times operating pressure. Outline Specifications Division 15 - 2 02- 915 rain, Watson Island -Greater Miami Visitor and Aviation Cent Outline Specifications Design Development Submittal C. Accessories: Syphons. 3. Test Plugs: Nickel -plated brass body with 1/2 -inch (15 -mm) fitting. 4. Flow Elements: a. Venturi Flow Type: Venturi differential -pressure design. 5. Flow -Measuring Meters: a. Portable Meters: Differential -pressure gage and hoses in carrying case; with 2 -percent accuracy. 6. Flow Meters: a. Vortex -Shedding Type: Insertion. 7. Flow Indicators: Sight glass and plastic pelton-wheel indicator. 8. Btu Meters: Turbine wheel, 1 -percent accuracy. SECTION 15145 - HANGERS AND SUPPORTS A. SUMMARY 1. Piping and equipment hangers and supports. B. SUBMITTALS 1. Licensed Engineer's hanger and support drawings. C. COMPONENTS 1. Hangers, Supports, and Components: Factory fabricated according to MSS SP -58. 2. Thermal -Hanger Shield Inserts: Waterproofed calcium silicate around entire circumference of pipes, encased with sheet -metal shield. 3. Powder -Actuated Drive -Pin Fasteners: Pull-out strength and capacities appropriate for supported loads. 4. Mechanical -Anchor Fasteners: Attachments with pullout and shear capacities appropriate for supported loads and building materials used. 5. Heavy-duty steel trapezes. 6. Structural -steel stands to suspend equipment from structure above or support equipment above floor. Outline Specifications Division 15 - 3 z?aoi O 2 - 915 Watson Island -Greater Miami Outline Specifications Visitor and Aviation Center ssign Development Submittal SECTION 15241 - MECHANICAL VIBRATION CONTROLS A. SUMMARY 1. Vibration isolators, vibration isolation bases, vibration isolation roof curbs, and seismic restraints and snubbers. B. SUBMITTALS 1. Design calculations, isolation base designs, and seismic restraint designs certified by a qualified, professional engineer. C. PROJECT CONDITIONS 1. Building Importance Factor: 1.5. D. COMPONENTS 1. Vibration Isolators: a. Spring Isolators: Freestanding, laterally stable, open -spring type. b. Restrained Spring Isolators: Vertically restrained, freestanding, laterally stable, steel open -spring type. C. Spring Hangers: Combination spring and elastomeric hangers with coil spring and elastomeric insert in compression. 2. Vibration Isolation Bases: Structural -steel bases and rails designed and fabricated by isolation equipment manufacturer, supporting equipment static loadings, power transmission, component misalignment, and cantilever loadings. SECTION 15260 - PIPE INSULATION A. SUMMARY 1. interior and exterior pipe insulation, jackets, and accessories. B. QUALITY ASSURANCE 1. Fire Performance Characteristics: Flame spread of 25; smoke developed of 50; according to ASTM E 84. 2. Mockup of each type of pipe insulation. C. MATERIALS 1. Glass Fiber: Preformed; ASTM C 547, Class 1, rigid, jacketed and vapor -barrier coated. 2. Cellular Glass: Preformed foamed or cellulated glass, jacketed pipe insulation. 3. Flexible Eiastomeric Cellular: Tubular, expanded, close_ d cell. 4. Calcium Silicate: ASTM C 533, Type I, preformed. 5. Insulating Cements: a. Mineral fiber. Outline Specifications Division 15 - 4 27=, 02-- 915 Watson Island -Greater Mie Outline Specifications Visitor and Aviation Cente .)esign Development Submittal b. Expanded or exfoliated vermiculite. C. Mineral fiber, hydraulic -setting insulating cement. 6. Jacket: PVC; aluminum. D. APPLICATIONS 1. Exposed Interior Piping Systems: a. Domestic cold water. b. Storm water (only roof drain bodies and horizontal rainwater leaders of storm water piping). C. Domestic hot water. d. Recirculated hot water. e. Sanitary drains for fixtures accessible to the disabled. f. Refrigerant suction. g. Hydronic piping, 35 to 99 deg F (2 to 37 deg C). h. Diesel engine exhaust. 2. Concealed Interior Piping Systems: a. Domestic cold water. b. Storm water (only roof drain bodies and horizontal rainwater leaders of storm water piping) - c. Domestic hot water. d. Recirculated hot water. e. Refrigerant suction. f. Chilled water, 35 to 55 deg F (2 to 13 deg C). g. Diesel engine exhaust. 3. Exposed Exterior Piping Systems: a. Domestic cold water. b. Storm water. C. Refrigerant suction. d. Hydronic piping, 35 to 99 deg F (2 to 37 deg C). e. Diesel engine exhaust. 4. Concealed Exterior Piping Systems: a. Refrigerant suction. b. Hydronic piping, 35 to 99 deg F (2 to 37 deg C). SECTION 15280 - EQUIPMENT INSULATION A. SUMMARY 1. Field -applied insulation on hot and cold equipment surfaces. B. QUALITY ASSURANCE 1. Fire Performance Characteristics: a. Indoors: Flame spread of 25; smoke developed of 50; according to ASTM E 84. Outline Specifications Division 15 - 5 02— 915 270201 Watson Island -Greater Miami Visitor and Aviation Center Outline Specifications asign Development Submittal b. Outdoors: Flame -spread rating of 75 and smoke -developed rating of 150 or less according to ASTM E84. 2. Mockup of each type of equipment insulation. C. MATERIALS 1. Glass Fiber: Jacketed insulation. a. Board: ASTM C 612, Class 2, semirigid. b. Blanket: ASTM C 553, Type Il, Class F-1. 2. Cellular Glass: Insulation with factory -applied, laminated -foil, flame-retardant, vinyl facing. a. Blocks: ASTM C 552, Type I. b. Boards: ASTM C 552, Type IV. C. Special Shapes: ASTM C 552, Type III. 3. Flexible Elastomeric Cellular Sheets: ASTM C 554, Type II. 4. Calcium Silicate: ASTM C 553, Type I. 5. Insulating Cements: a. Mineral fiber. b. Expanded or exfoliated vermiculite. C. Mineral fiber, hydraulic -setting insulating and finishing cement. 6. Adhesives. MIL -A -3316C, Classes 1 and 2, Grade A. 7. Jackets: Foil and paper. D. APPLICATIONS 1. Indoor Equipment: a. Domestic cold water equipment, tanks, and pumps (not factory — insulated), b. Domestic hot water equipment, tanks, and water heaters. C. Chilled water equipment, tanks, pumps, and heat exchangers. d. Refrigerated drinking water equipment, tanks, pumps, and heat exchangers. 2. Items Not Insulated: a. Vibration control devices. b. Testing laboratory labels and stamps. C. Nameplates and data plates. d. Access panels and doors in air distribution systems. SECTION 15290 - DUCT INSULATION A. SUMMARY 1. Exterior and interior duct and plenum insulation and accessories. B. QUALITY ASSURANCE 1. Fire Performance Characteristics: a. Indoors: Flame spread of 25; smoke developed of 50; according to ASTM E 84. b. Outdoors: Flame -spread rating of 75 and smoke -developed rating of 150 or less according to ASTM E84. Outline Specifications Division 15 - 6 - 915 roto, Watson Island -Greater M, Visitor and Aviation Center Outline Specifications Design Development Submittal 8. Storage Receiver and Compressor: ASME labeled. 9. Control Panel: Unit mounted. 10. Manually and automatically reset safety controls. 11. Building management system interface. 12. Remote time clock, control transformer, indicating lights, pressure gages, and audible alarm. 13. Compressor overvoltage, undervoltage, single -phasing, and current overload motor protection. 14. Power Controls: Star -delta (wye-delta) starting. 15. Vibration Isolators: Manufacturer recommended, restrained spring. F. COMMISSIONING 1. Installation verification inspection. 2. System functional and safety operational tests. 3. System capacity verification tests. SECTION 15845 - AIR TERMINALS A. SUMMARY Ducted air -control and -distribution devices including single -duct, fan -powered air terminals. B. SUBMITTALS Coordination Drawings. C. QUALITY ASSURANCE 1. Standard: NFPA 90A. 2. Rating Standard: ARI 880. D. PRODUCTS Single -Duct Air Terminals: a. Configuration: Volume -damper assembly inside unit casing. b. Casing: Steel or aluminum. C. Casing Lining: Fiber -free foam insulation with self-sealing edges.. d. Plenum Air Inlets: Round or S -slip and drive. e. Plenum Air Outlets: S -slip and drive. f. Volume Damper: Galvanized steel with maximum airflow leakage of 2 percent at 3 -inch wg (750 Pa). g. Damper Position: Normally open. h. Attenuator Section: Internally insulated. i. Round Outlet: Discharge collar matching inlet size. j. Electric Heating Coil: Slip -in, open -coil design with factory -installed controls. k. Controls: 24-V, digital controls, damper operator, thermostat, and other devices. E. COMMISSIONING 1. Installation verification inspection. 2. System functional and safety operational tests. 3. System capacity verification tests. Outline Specifications 02- 915 Division 15 - 18 27mo+ Watson island -Greater Miar Outline Specifications Visitor and Aviation Center Design Development Submittal SECTION 15851 - CENTRIFUGAL FANS A. SUMMARY 1. Factory -fabricated and -tested, belt driven, centrifugal fans for indoor installation. B. SUBMITTALS 1. Coordination Drawings. C. QUALITY ASSURANCE 1. Sound Power Level Rating: AMCA 301. 2. Performance Requirements: AMCA 210. D. COMPONENTS 1. Housing: AMCA 99, Class I, Il, or 111. 2. Wheels: Backward inclined, forward curved and airfoil. 3. Shafts: Statically and dynamically balanced; turned, ground, and polished hot -rolled steel with keyway. 4. Bearings: Prelubricated and sealed, 120,000 -rated hours. 5. Belt Drives: a. Factory mounted and field adjustable. b. Service Factor: 1.5. C. Fan Pulleys: Cast-iron or cast -steel split, tapered. d. Motor pulleys: Adjustable -pitch. e. Belts: Oil -resistant, nonsparking and nonstatic. f. Belt guard. g. Motor Mounts: Adjustable. 6. Accessories: a. Scroll access doors. b. Companion Flanges: Galvanized steel. C. Discharge Dampers: Parallel blade. d. Inlet Screen: Galvanized steel. e_ Scroll drain connection. f. Shaft cooler. g. Spark -resistant construction. h. Shaft seals. i. Weather cover. 7. Motor: NEMA MG 1, open dripproof. 8. Factory Finish: Enameled or prime coat, except for aluminum parts. Outline Specifications Q 2-- 1 Division 15 - 19 ram, Watson Island -Greater Mia Visitor and Aviation Center SECTION 15853 - POWER VENTILATORS A. SUMMARY 1. Power ventilators for outdoor installations. B. SUBMITTALS Coordination Drawings, C. QUALITY ASSURANCE 1. Sound -Power Level Rating: AMCA 301. 2. Performance Requirements: AMCA 210. D. PRODUCTS Outline Specifications Design Development Submittal Utility Set Fans: Belt -driven, centrifugal type. a. Housing: Steel, adjustable to eight standard positions. b. Fan Wheel: Single width, single inlet, steel backward inclined. C, Fan Shaft: Steel. d. Shaft Bearings: Prelubricated, self -aligning, pillow -block -type ball bearings with 200,000 -hour rated life. e. Belt Drives: Factory mounted, 1.4 service factor, permanently lubricated ball bearings with 100,000 -hour rated life, adjustable -pitch motor pulleys, oil -resistant nonsparking belts, and belt guards. f. Accessories: Gravity -actuated backdraft dampers; access doors; inlet screens; drain connection; weathershield hoods. 2. Centrifugal Roof Ventilators: a. Drive: Belt. b. Housing: Spun aluminum. C. Fan Wheels: Aluminum hub and wheel, backward -inclined blades. d. Belt -Drive Assembly: Steel shaft, permanently lubricated ball bearings, cast-iron adjustable -pitch pulley, and fan and motor isolated from airstream. e. Accessories: Variable -speed controller; disconnect switch; bird screens; backdraft dampers. f. Roof Curb Configuration: Built-in cant and mounting flange. g. Roof Curb Height: 12 inches or as required per code. 3. Axial Roof Ventilators: a. Drive: Belt. b. Housing: Spun aluminum. C. Fan Wheel: Aluminum hub and blades. d. Belt -Drive Assembly: Steel shaft, permanently lubricated ball bearings, cast-iron adjustable -pitch pulley. e. Accessories: Disconnect switch; bird screens; backdraft dampers. f. Roof Curb Configuration: Built-in cant and mounting flange. g. Roof Curb Height: 18 inches. 4. Upblast Propeller Roof Exhaust Fans: a. Drive: Belt. b. Wind Band, Fan Housing, and Base: Reinforced and braced galvanized -steel; aluminum. Outline Specifications 02— 915 Division 15 - 20 Z7=0, Watson Island -Greater Mian Visitor and Aviation Center Outline Specifications Design Development Submittal C. Housing: Spun aluminum. d. Damper Rod: Steel with bronze, nylon bearings. e. Fan Wheel: Replaceable cast -aluminum blades and hub; extruded -aluminum airfoil blades and cast -aluminum hub. f. Belt -Drive Assembly: Steel shaft, permanently lubricated ball bearings, cast-iron adjustable -pitch pulley with motor mounted outside the airstream. g. Roof Curb Configuration: Built-in cant and mounting flange. h. Roof Curb Height: 18 inches. 5. Centrifugal Wail Ventilators: a. Drive: Belt. b. Housing: Spun aluminum. c. Fan Wheel: Aluminum hub and wheel, backward -inclined blades. d. Belt -Drive Assembly: Steel shaft, permanently lubricated ball bearings, cast-iron adjustable -pitch pulley, and fan and motor isolated from airstream. e. Accessories: Variable -speed controller; disconnect switch; bird screens; wall grille; backdraft dampers. 6. Ceiling -Mounted Ventilators: a. Drive: Direct. b. Housing. Galvanized steel. C. Fan Wheels: Centrifugal. d. Grilles: Stainless steel, louvered. e. Variable -speed controller. f. Roof jack or wall cap and transition fittings. 7. In -Line Centrifugal Fans: a. Drive: Belt. b. Housing: Split, spun aluminum. C. Fan Wheels: Centrifugal, aluminum. d. Volume -control damper. e. Companion flanges. f. Fan guards. & Motors: NEMA MG 1, open dripproof. 9. Factory Finish: Primed sheet metal parts; baked -enamel exterior surfaces. SECTION 15854 - CENTRAL -STATION AIR -HANDLING UNITS A. SUMMARY 1. Constant -volume, central -station air -handling units with coils for indoor installations. B. SUBMITTALS 1. Coordination Drawings. C. QUALITY ASSURANCE 1. Standard: NFPA 90A. 2. Product Certification: ARI 430. 3. Sound Power Level Rating: AMCA 301. 4. Performance Rating: AMCA 210. Outline Specifications 0 2 ,... 915 Division 15 - 21 V 27=1 Watson Island -Greater M, Outline Specifications Visitor and Aviation Center Design Development Submittal 5. Damper Leakage Rating: AMCA 500. 6. Safety Code for Mechanical Refrigeration: ASHRAE 15. D. COMPONENTS 1. Cabinet: Double wall construction solid galvanized steel casing with 2 inch -thick 1.5# glass - fiber insulation, access panels and doors and sloped stainless steel condensate drain pan. 2. Fan Section: Belt -driven centrifugal fans consisting of housing, wheel, fan shaft, bearings, motor and disconnect switch, drive assembly, and support structure with integral vibration isolation. 3. Fan Assemblies: Statically and dynamically balanced; doubie-width, double -inlet; forward - curved; backward -inclined fans, and/or plug fans. 4. Motors: a. Temperature Rating: 50 deg C maximum rise at 40 deg C ambient. b. Service Factor: 1.15 for polyphase motors; 1.35 for single-phase motors. C. Construction: NEMA MG -1, general purpose, continuous duty, Design B, with adjustable bases. Motors will be rated for use with variable frequency drives. d. Enclosure: Open dripproof. e. Overload Protection: Built-in, automatic -reset thermal. f. Noise Rating: Quiet. g. Efficiency: Minimum according to IEEE 112, Test Method B. 5. Coils: a. Coil Sections: Common or individual, insulated, galvanized -steel casings. b. Coil Construction: Aluminum fins and seamless copper tubes with steel, cast-iron, or copper headers, with connections for drain valve and air vent, and threaded piping connections. C. Water Coils: Drainable serpentine. 6. Dampers: Galvanized steel; leakage rated not to exceed 2 percent at 2000 -fpm (10-L/s) face velocity and 4 -inch wg (1000 -Pa) pressure differential. a. Operators: Specified in HVAC controls. b. Mixing Boxes: Parallel -blade type. C. Combination Filter/Mixing Box: Parallel -blade type. 7. Filter Section: Refer to Air Filers Section. E. COMMISSIONING 1. Installation verification inspection. 2. System functional and safety operational tests. 3. System capacity verification tests. Outline Specifications 02- 915 Division 15 - 22 27MOi Watson Istand-Greater Miar Visitor and Aviation Center SECTION 15855 - DIFFUSERS, REGISTERS, AND GRILLES A. SUMMARY Ceiling- and wall -mounted air outlets and inlets. B. SUBMITTALS Coordination Drawings. C. QUALITY ASSURANCE 1. installation Standard: NFPA 90A. 2. Performance Testing: ASHRAE 70. D. PRODUCTS Outline Specifications Design Development Submittal 1. Diffusers: Circular, square or rectangular air distribution outlet, generally located in the ceiling. a. Material: Steel, aluminum. b. Finish: Baked enamel, color selected by Architect. C. Duct Connection: Round; square. d. Maximum Noise -Criterion Rating: Varies per space requirements. e. Face Style: Round, square, rectangular, panel, perforated or linear. f. Mounting: Flush, lay in, spline; plaster frame. g. Pattern: Fixed, adjustable, one way, two way, three way, four way. h. Dampers: Opposed blade. 2. Registers: A combination grille and damper assembly over an air opening. a. Material: Steel, aluminum. b. Finish: Baked enamel, color selected by Architect. C. Face Blade Arrangement: Fixed horizontal. d. Rear Blade Arrangement: Adjustable vertical. e. Mounting: Concealed; lay in. f. Dampers: Adjustable opposed -blade assembly. g. Plaster frame. 3. Grilles: A louvered or perforated covering for an opening in. an air passage, which can be located in a sidewall, ceiling or floor. a. Material: Steel, aluminum. b. Finish: Baked enamel, color selected by Architect. C. Face Blades Arrangement: Fixed horizontal. d. Rear Blades Arrangement: Adjustable vertical. e. Mounting: Concealed; lay in. f. Accessories: Plaster frame. Outline Specifications 02- 915 Division 15 - 23 270201 Watson Island -Greater M, Visitor and Aviation Center SECTION 15886 - AIR FILTERS A. SUMMARY Outline Specifications Design Development Submittal 1. Factory -fabricated air filter devices and media used to remove particulate matter from air. B. QUALITY ASSURANCE 1. Installation Standard: NFPA 90A or NFPA 90B. 2. Testing and Rating and Performance Standards: ASHRAE 52, ARI 850. C. PRODUCTS Replaceable Panel Filters: a. Media: Throwaway, interlaced glass fibers. b. Frame: Per manufacturer of unit. 2. Extended -Surface, Disposable, Panel Filters (Pre -Filters): a. Media: Pleated filters with 25%-30% efficiency, non -woven cotton/synthetic media. b. Frame: Die-cast moisture -resistant carrier board frames with diagonal and horizontal support. 3. Extended -Surface, Replaceable, Primary (Final) Filters for AHU's: a. 12 inch primary air filter cartridges, 80-85% average efficiency, not less than 98% arrestance, per ASHRAE Standard 52-76 and/or 52.1 as applicable using atmosphere dust. b. Media: high density fine glass fiber or synthetic to prevent blowout up to 5 inches w.g. UL Class 2 and/or Glass 1 as required. C. Frame: Per manufacturer; factory installed. 4. Activated -Carbon Filters (Outside Air): a. Media: Activated carbon, in removable cell trays. b. Frame: Epoxy -coated steel. C. Duct Holding Frame: Galvanized steel. 5. Front and Rear Access Filter Frames: Aluminum framing members with prefilters in a separate track and permanent gaskets. 6. Side -Service Housings: Galvanized steel with prefilters, access doors, and positive -sealing gaskets. 7. Diaphragm Type: Filter gage. a. Diameter: 3-1/2 inches; 2 inches. b. Range: 0- tq 3 -inch wg). C. Accessories: Static -pressure tips, tubing, gage connections, and mounting brackets. 8. Manometer Filter Gage: Molded plastic with epoxy -coated aluminum scale, logarithmic -curved tube gate with integral leveling gage. D. FIELD QUALITY CONTROL 1. HEPA filter testing. Outline Specifications 02— 915 Division 15 - 24 27ozo+ Watson Island -Greater Miar, Outline Specifications Visitor and Aviation Center design Development Submittal SECTION 15891 - METAL DUCTWORK A. SUMMARY 1. Rectangular, round, and flat oval ducts for air-conditioning HVAC in pressure classes from minus 2- to plus 10 -inch wg. B. SUBMITTALS 1. Coordination Drawings. C. QUALITY ASSURANCE 1. Standards: SMACNA's "Duct Construction Standards --Metal and Flexible." 2. Installation Standard: NFPA 90A and NFPA 90B. 3, Kitchen Range Hood Exhaust Standard: NFPA 96. 4. Fire -Resistant Duct Standard: UL 181, Class 1. D. COMPONENTS 1. Materials: a. Sheet: Galvanized steel. b. PVC coated for underground applications and fume -handling applications. C. Duct Liner: 1 inch. d. Joint Tape: 2 inch wide, glass -fiber reinforced. e. Tape Sealing System: Woven -fiber tape impregnated with gypsum mineral compound and modified acrylic/silicone activator. f. Joint and Seam Sealant: One -part, polymerized butyl sealant. g. Flanged Joint Mastic: One -part silicone elestomeric. E. FIELD QUALITY CONTROL 1. Testing Agency: Contractor employed. SECTION 15910 - DUCT ACCESSORIES A. SUMMARY 1. Dampers and actuators, duct silencers, turning vanes, duct -mounted access doors, flexible connectors, and flexible ducts. B. QUALITY ASSURANCE 1. installation Standards: NFPA 90A and NFPA 90B. C. COMPONENTS 1. Backdraft Dampers: a. Frames: Galvanized steel. b. Blades: Roll -formed steel blades. C. Blade Seals: Neoprene. d. Blade Axles: Nonferrous. e. Tie Bars and Brackets: Galvanized steel. Outline Specifications 02— 915 Division 15 - 25 27=1 Watson Island -Greater Mi Visitor and Aviation Center Outline Specifications Design Development Submittal f. Return Spring: Adjustable tension. g. Operator: Wing nut. 2. Standard Manual Volume Dampers: Multiple -blade or single -blade, opposed -blade design, with linkage outside airstream. a. Frames: Galvanized steel. b. ' Blades: Galvanized steel. C. Blade Axles: Nonferrous. d. Tie Bars and Brackets: Galvanized steel. 3. Low -Leak Manual Volume Dampers: Multiple -blade; single -blade, parallel -blade, opposed - blade design, with linkage outside airstream. a. Frames: Galvanized steel. b. Blades: Galvanized steel. C. Blade Seals: Neoprene. d. Blade Axles: Nonferrous. e. Tie Bars and Brackets: Galvanized steel. 4. High -Performance Manual Volume Dampers: Multiple -blade or single -blade, opposed -blade design, with linkage outside airstream. a. Frames: Galvanized steel. b. Blades: Galvanized steel. C. Blade Seals: Vinyl on blade edges. d. Blade Axles: Nonferrous. e. Tie Bars and Brackets: Galvanized steel. 5. Fire Dampers: Labeled, one and one-half, three-hour rating, with fusible link. 6. Ceiling Fire Dampers: UL listed. a. Fusible Link: Replaceable 165 deg F; 212 deg F; 285 deg F rated. 7. Smoke Dampers: UL 555S listed, fusible link. 8. Actuators: Two -position and modulating spring -return motors. 9. Duct Silencers: Factory -fabricated and -tested, 25150 flame-spread/smoke-deveioped rating, with performance ratings determined by ASTM E 477. a. Fill Material: Fibrous. 10. Turning Vanes: Fabricate to comply with SMACNA's "HVAC Duct Construction Standards — Metal and Flexible". 11. Duct -Mounted Access Panels and Doors: Galvanized steel frame and double-wall, removable door; 1 inch (25 mm) of insulation and neoprene seal. 12. Flexible Connectors: UL 181, Class 1; standard metal -edge, extra -wide metal -edge, transverse metal -edge, conventional fabric, high temperature, high -corrosive -environment connectors. 13. Flexible Ducts: UL 181, Class 1; factory -insulated round duct with outer jacket. Outline Specifications i 5 Division 15 - 26 Q 2 n0M Watson Island -Greater Miam' Visitor and Aviation Center SECTION 15970 - HVAC CONTROLS A. SUMMARY Outline Specifications Lesign Development Submittal 1. Direct digital HVAC control equipment and sequence of operations. 2. System Description: Sensors, indicators, actuators, final control elements, interface equipment, other apparatus, accessories connected to controllers, and software connected to distributed controllers operating in multitasking, multiuser environment on token -passing network and programmed to operate mechanical systems according to sequences of operation indicated or specified. B. COMPONENTS Direct Digital Control Equipment: a. Operator Station: Microcomputer station with printer. b. Control Units: Modular processor board with programmable, nonvolatile, random-access memory; local operator access and display panel; integral interface equipment; and back-up power source. C. Local Area Networks: Not less than 60 stations or nodes at minimum 19.2 kB. d. Software: Latest version of software at project completion, with IP and SI units; load control programs; HVAC control programs; chiller control programs; and trend point, alarm messages, weekly scheduling, and interlocking programming application features. 2. Control Panels: Central (master) control panel, local control panels, and alarm panels. 3. Sensors: a. Electronic Sensors: Wall, immersion, or duct mounting. Sensors include resistance temperature detectors, humidity sensors, static -pressure sensors, and pressure transmitters. 4. Thermostats: a. Line -voltage combination thermostat and fan switches. b. Low -voltage, on-off thermostats. C. Line -voltage, on-off thermostats. d. Low -voltage modulating thermostats. e. Remote -bulb thermostats. f. Fire -Protection Thermostats: UL listed g. Electric, High -Limit Duct Thermostat: Snap -acting, single -pole, single -throw, manual- or automatic -reset switch. • 5. Humidstats: a. Duct -Mounted: Electric insertion, two -position type with adjustawe, 2 percent throttling range. a 7 Actuators: Electronic operators. Control Valves: Outline Specifications Division 15 - 27 02— (� i 2?W0i Watson Island -Greater Mi, Visitor and Aviation Centt Outline Specifications Design Development Submittal a. Globe Valves: Bronze body for up to 2 -inch NPS (DN50); iron body for more than 2 -inch NPS (DN50); pressure ratings to suit systems in which installed. b. Butterfly Pattern Valves: Iron body; bronze, aluminum -bronze or stainless steel disk; and resilient, replaceable seat; pressure and temperature rating of 125 psig (860 kPa) and 250 deg F (121 deg C). C. Terminal Unit Control Valves: Bronze body and trim; two- or three -port; replaceable plugs and seats; union and threaded ends; and two -position modulating operators. 8. Dampers: AMCA rated, parallel or opposed blade design, for standard and low -leak applications. 9. Control Cable: Electronic cable; optical -fiber cable. C. COMMISSIONING 1. Installation verification inspection. 2. System functional and safety operational tests. 3. System capacity verification tests. SECTION 15990 - TESTING, ADJUSTING, AND BALANCING A. SUMMARY 1. Testing, adjusting, and balancing air and water distributions, measuring electrical performance of HVAC equipment, setting quantitative performance of HVAC equipment, verifying automatic - control device functions, measuring sound and vibration, and reporting results of activities and procedures. B. SUBMITTALS 1. Certified testing, adjusting, and balancing reports. C. QUALITY ASSURANCE 1. Testing, Adjusting, and Balancing Agent Qualifications: AABC certified. D. WARRANTY 1. Guarantee: AABC national project performance. E. EXECUTION REQUIREMENTS 1. Testing, adjusting, and balancing plan. 2. Systems readiness checks. 3. Testing, Adjusting, and Balancing Procedures: AABC's National Standards, SMACNA's "HVAC Systems HVAC Systems --Testing, Adjusting, and Balancing." 4. Equipment settings marked to show final settings. 5. HVAC Systems Airflow and Water Flow Rate Tolerances: a. Supply, Return, and Exhaust Fans: Plus 5 percent to plus 10 percent. b. Air Outlets and Inlets: 0 to minus 10 percent. C. Heating -Water Flow Rate: 0 to minus 10 percent. Outline Specifications 02— 2— 915 Division 15 - 28 nom, Watson island -Greater Miam, Outline Specifications Visitor and Aviation Center Design Development Submittal d. Cooling -Water Flow Rate: 0 to minus 5 percent. F. REPORTING 1. Initial Construction -Phase Report: Based on examination of Contract Documents, on adequacy of design for systems' balancing devices. 2. Status Reports: As Work progresses. 3. Final Report: Certification sheet, with content and format according to AABC, SMACNA standard forms. END OF DIVISION 15 Outline Specifications 02— 915 Division 15 - 29 270201 Watson Island -Greater Miami Outline Specifications Visitor and Aviation Center Design Development Submittal DIVISION 16 - ELECTRICAL SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS A. SUMMARY 1. Supporting devices for electrical components. 2. Concrete equipment bases. 3. Electrical identification. B. MATERIALS 1. Supporting Devices: a. Steel channel and angles, galvanized for outdoors and damp locations. D. Nonmetallic channel and angles. C. Damp Locations and Outdoors: Metal or nonmetallic channel. d. Dry Locations: Steel channel. 2. Identification Materials: a. Raceway and Cable Labels: Tape markers. b. Underground Line Warning Tape: Colored plastic. C. Signs and Instruction Plates: Engraved plastic. SECTION 16100 - WIRING METHODS A. SUMMARY 1. Wires and cables rated 600 V and less. 2. Control and signal transmission media. 3. Raceways and boxes. B. MATERIALS 1. Building Wires and Cables: a. Service Entrances: Type THWN in raceway. b. Feeders: Type THHN/THWN in raceway. C. Branch Circuits: Type THHN/THWN in raceway. d. Fire Alarm Circuits: Power -limited, Type THHN/THWN in raceway. e. Wire and Cable Materials: Copper. 2. Outlet and Device Boxes: Sheet metal. a. Outdoors: Type 3R or Type 4. b. Damp or Wet Locations: Stainless steel. 3. Floor Boxes: Cast metal. 4. Pull and Junction Boxes: Sheet metal. 5. Boxes and Enclosures: NEMA 250. Outline Specifications 02- 915 Division 16-1 28020, Watson Island -Greater Miami Outline Specifications Visitor and Aviation Center Design Development Submittal SECTION 16140 - WIRING DEVICES A. SUMMARY 1. Receptacles, connectors, switches, and finish plates. B. PRODUCTS 1. Device and Plastic Plate Colors: White. 2. Convenience Receptacles: Duplex, NEMA WD 1, 5-20R; various grades, configurations, and special features. 3. Wall Switches: 20 A, 120/277 V; various types and special features. 4. Telephone Jack: Eight position. 5. Finished Space Wall Plates: Stainless steel. 6. Unfinished Space Wall Plates: Galvanized steel. 7. Floor Service Outlet Assemblies: Dual service, cast -aluminum housing, with power receptacle and signal outlet. 8. Multioutiet Assemblies: Metal. SECTION 16425 - SWITCHBOARDS A. SUMMARY 1. Service and distribution switchboards rated 600 V and less. B. SWITCHBOARDS 1. Configuration: Front connected, front accessible. 2. Main Devices: Panel mounted. 3. Branch Devices: Panel mounted. 4. Enclosure: NEMA 250, Type 1 steel. 5. Bus Insulation: Main and vertical bus of feeder sections. 6. Bus Material: Copper. 7. Overcurrent Protective Devices: Molded -case circuit breakers complying with NEMA AB 1 8. Transient Voltage Surge Suppressors: IEEE C62.41; low exposure. 9. Instrumentation: Outline Specifications Division 16-2 _ 915 2eaao, Watson Island -Greater Miami Visitor and Aviation Center Outline Specifications Design Development Submittal a. instrument Transformers: NEMA EI 21.1 and IEEE C57.13. b. Main Device: Multifunction digital metering monitor. 10. Accessories: a. Manufacturer's standard accessory set. b. Portable test set. C. Spare -fuse cabinet. d. Fungus proofing. SECTION 16452 - GROUNDING A. SUMMARY 1. Grounding of electrical systems and equipment. 2. Standard: NFPA 70. B. MATERIALS 1. Conductors. 2. Ground Rods: Copper -clad steel. 3. Test wells. C. GROUNDING APPLICATIONS 1. Equipment grounding conductors with circuit conductors for the following: a. Feeders and branch circuits. b. Lighting circuits. C. Receptacle circuits. d. Motor and appliance branch circuits. e. Flexible raceway runs. f. Armored and metal -clad cable runs. g. Busway supply circuits. h. Computer outlet circuits. i. Isolated grounding -receptacle circuits. j. Isolated equipment enclosure circuits. 2. Signal and communication systems at each service location. 3. Service Grounding: a. Main Electrical Service: To ground rod and main water service. b. Separately derived systems. 4. Metal poles supporting outdoor light fixtures. 5. Connections to lightning protection system. 6. Common ground bonding with lightning protection system. 7. Ground bus around perimeter of electrical room. Outline Specifications 02- 915 Division 16-3 2a=, Watson Island -Greater Miami Visitor and Aviation Center 8. Ground loop around foundation perimeter. 9. Interior metal piping and metal air ducts. Outline Specifications Design Development Submittal 10. Ufer ground. 11. Overhead Lines: ANSI C2. 12. Underground Distribution System: Ground rod at each manhole and handhole. D. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. 2. Test Procedures: IEEE 81, two-point method. SECTION 16461 - DRY -TYPE TRANSFORMERS (1000 V AND LESS) A. SUMMARY 1. Dry -type distribution and specialty transformers rated 1000 V and less. B. PRODUCTS 1. Distribution and Power Transformers: a. Two -Winding Transformers: NEMA ST 20. b. Enclosure: Totally enclosed, nonventilated. C. Rated Temperature Rise: 115 deg C. 2. Buck -Boost Transformers: NEMA ST 1. 3. Control and Signal Transformers: NEMA ST 1, continuous -duty rating. C. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. 2. Test Procedures: IEEE C57.12.91. SECTION 16470 - PANELBOARDS A. SUMMARY 1. Lighting and power panelboards rated 600 V and less. B. PRODUCTS 1. Enclosures: NEMA 250. Outline Specifications Division 16-4 02— 915 Watson Island -Greater Miami Visitor and Aviation Center Outline Specifications Design Development Submittal 2. Hard -drawn copper bus. 3. Main and Neutral Lugs: Mechanical type. 4. Expansion capacity for future devices. 5. Special Features: a. Isolated equipment ground bus. b. Hinged front cover. C. Split bus. d. Skirt for surface -mounted panelboards. 6. Load Centers: Plug-in circuit -breaker type. 7. Lighting and Appliance Branch -Circuit Panelboards: NEMA PB 1, circuit -breaker type. 8. Distribution Panelboards: NEMA PB 1, circuit -breaker type. 9. Overcurrent Protective Devices: Molded -case circuit breaker complying with NEMA AB 1 . 10. Controllers: a. Contactors: NEMA ICS 2, Class A. b. Disconnect Switches: Fusible switch. 11. Accessories: a. Manufacturer's standard accessory set. b. Portable test set. C. Fungus proofing. C. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. 2. Test Procedures: NETA ATS. 3. Load balancing. 4. Infrared Scoring: Three times during 12 months after substantial completion. SECTION 16476 - DISCONNECT SWITCHES AND CIRCUIT BREAKERS A. SUMMARY 1. Individually mounted switches and circuit breakers used for the following: a. EDIT BELOW TO SUIT PROJECT.Service disconnect switches. b. Feeder and equipment disconnect switches. C. Feeder branch -circuit protection. d. Motor disconnect switches. Outline Specifications 02- 915 Division 16-5 200201 Watson Island -Greater Miami Outline Specifications Visitor and Aviation Center Design Development Submittal B. PRODUCTS 1. Disconnect Switches: a. Enclosed fusible switch; NEMA KS 1, Type HD. b. Enclosures: NEMA KS 1, Type 1. 2. Enclosed Circuit Breakers: a. Molded -Case Circuit Breakers: NEMA AB 1. b. Enclosures: NEMA AB 1, Type 1. C. Transient Voltage Surge Suppressors: IEEE C62.41; high exposure for use at each feeder overcurrent protective device. C. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. 2. Test Procedures: NETA ATS. SECTION 16515 - INTERIOR LIGHTING A. SUMMARY 1. Interior lighting fixtures, lamps, ballasts, emergency lighting units, and accessories. B. SUBMITTALS 1. Coordination Drawings. C. WARRANTY 1. Battery Materials and Workmanship: 10 years. D. PRODUCTS 1. Fluorescent Ballasts: Electronic, energy-efficient type. a. Total Harmonic Distortion: Less than 10 percent. 2. EMI filters for each ballast. 3. HID Ballasts: Constant -wattage or regulating high -power -factor type. a. High -Pressure Sodium Ballast: Solid-state igniter/starter, with instant restrike device. b. Auxiliary instant -on quartz lamp. 4. Exit Signs: External source. 5. Emergency Lighting Units: Self-contained with sealed, maintenance -free, lead -acid battery. Outline Specifications Division 16-6 28mo, 02 Watson Island -Greater Miami Outline Specifications Visitor and Aviation Center Design Development Submittal 6. Emergency Fluorescent Power Supply: Self-contained inverter; ballast; and sealed, maintenance -free, nickel -cadmium battery; internal type. 7. Lamps: a. Incandescent Lamps: ANSI C78. b. Fluorescent Lamp Life (Noncompact): 20,000 hours. C. Fluorescent Lamp Color: 4100 K and 85 CRI. d. Metal Halide Color: 3600 K and 70 CRI. SECTION 16525 - EXTERIOR LIGHTING A. SUMMARY 1. Exterior lighting fixtures, lamps, ballasts, pole standards, and accessories. B. WARRANTY 1. Fixture Finish: Five years. C. PRODUCTS 1. Fluorescent Ballasts: Low-temperature, electromagnetic type; sound rating "A"; and minimum starting temperature of minus 20 deg C. 2. HID Ballasts: Constant -wattage or regulating high -power -factor type, with one fuse for each supply conductor. a. High -Pressure Sodium Ballast: Solid-state igniter/starter. b. Minimum Starting Temperature: Minus 30 deg C. C. Sound Rating: "B" or better. 3. Instant restrike device for HPS lamps. 4. Auxiliary instant -on quartz lamp for HID lamps. D. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. SECTION 16611 - STATIC UNINTERRUPTIBLE POWER SUPPLY A. SUMMARY 1. Three-phase, on-line, static -type, uninterruptible power supply systems, complete with battery and battery circuit breaker with single modular cabinet. a. Supply Duration: Full load for 15 minutes. 2. Standard: NFPA 75 for computer rooms. Outline Specifications Division 16-7 02- 915 2M, Watson Island -Greater Miami Outline Specifications Visitor and Aviation Center Design Development Submittal B. WARRANTY 1. Battery Materials and Workmanship: 10 years. C. COMPONENTS 1. Rectifier/battery charger. 2. Battery: Valve -regulated, recombinant lead -calcium battery. 3. Battery -monitoring system. 4. Inverter: Pulse -width modulated with sinusoidal output. 5. Static bypass transfer switch. 6. Maintenance/bypass isolation switch. 7. Output distribution section comprising branch -circuit panelboard. 8. Remote UPS control and monitoring system, including microprocessor, modem, and software. 9. Enclosure: NEMA 250, Type 1. D. FIELD QUALITY CONTROL 1. Factory -authorized service representative to test system. SECTION 16670 - LIGHTNING PROTECTION A. SUMMARY 1. Lightning protection for structures. B. QUALITY ASSURANCE 1. installer: NRTL listed or certified by LPI as Master Installer/Designer. 2. Standard: UL 96A. 3. Third -Party Certification: UL Master Label. C. MATERIALS 1. Terminals and Conductors: Copper. 2. Main Stack Terminals: Stainless steel. 3. Ground Rods: Copper -clad steel. Outline Specifications 0'2— 915 Division 16-8 ==I Watson Island -Greater Miami Visitor and Aviation Center D. INSTALLATION 1. Conceal: a. System conductors. b. Down conductors. C. Interior conductors. d. Conductors from normal view from exterior locations. SECTION 16721 - FIRE ALARM SYSTEMS A. SUMMARY Outline Specifications Design Development Submittal 1. Zoned, noncoded local fire and voice alarm systems, with signal transmission. 2. Initiation by: a. Manual station alarm. b. Smoke detection. C. Sprinkler valve tamper switch. B. SUBMITTALS 1. Floor plans. C. QUALITY ASSURANCE 1. Standard: NFPA 72. D. PRODUCTS 1. Manual Pull Stations: Double -action type. 2. Smoke Detectors: UL 268, 24-V dc, self -restoring, plug-in arrangement, integral visual indicating light, and remote controllable. a. Type: Photoelectric. b. Remote Air -Sampling Detector System: Photoelectric type. C. Duct Smoke Detector: Ionization type. 3. Thermal Detectors: Combination fixed -temperature and rate -of -rise units. 4. Continuous Linear Thermal Detector System: a. Detector Cable: UL 521, 155 deg F (68 deg C). b. Control Panel: Multizone. 5. Alarm -indicating Devices: a. Bells. b. Chimes. C. Homs. Outline Specifications 915 Division 16-9 02 20020, Watson Island -Greater Miami Visitor and Aviation Center Outline Specifications Design Development Submittal d. Visual alarm devices. e. Remote alarm devices. f. Voice/tone speakers. 6. Firefighters' Telephones: Outlet only. 7. Remote Annunciator: Light matrix. 8. Remote device location -indicating lights and identification plates. 9. Magnetic door holders. 10. Fire Alarm Control Panel: a. Supervised alarm initiating and signaling. b. Annunciation indicates initiating device actuation. C. Event recording. d. Voice Alarm: Includes microphones, preamplifiers, amplifiers, and tone generators with multichannel arrangement for simultaneous transmission of different announcements to different zones; and status annunciator. e. Firefighters' telephone control module. 11. Graphic Annunciator: Graphic showing floor plan. 12. System printer. 13. Emergency Power Supply: The state or local fire marshall may require longer standby and alarm times. a. Battery: Recombinant lead -acid type. b. Capacity: 24-hour standby followed by 15 -minute alarm. C. Magnetic door holders are not connected to emergency supply. E. FIELD QUALITY CONTROL 1. Factory -authorized service representative to test system. 2. Test Procedures: NFPA 72. SECTION 16724 - INTRUSION DETECTION SYSTEMS A. SUMMARY 1. Zoned and supervised local intrusion detection system with signal transmission. 2. Electrical Power: Normal 120-V supply with power -source transfer to back-up source. B. PRODUCTS 1. Back-up Power Source: Automatic starting diesel generator and automatic transfer switch. 2. Remote Annunciator: Light matrix. 3. Secure -Access Control Station: Keypad. Outline Specifications Division 16-10 02- 915 a», Watson Island -Greater Miami Outline Specifications Visitor and Aviation Center Design Development Submittal 4. System printer. 5. Wiring: Stranded copper. C. FIELD QUALITY CONTROL 1. Factory -authorized service representative to test system. SECTION 16741 - TELEPHONE DISTRIBUTION SYSTEMS A. SUMMARY 1. Telephone utility service and premises wiring installed in raceway. B. PRODUCTS 1. Jack Assemblies: Eight -position modular. 2. Wall Plates: Suitable for telephone service; match finish and color of wiring device plates. 3. Cable: Four twisted pair, unshielded, No. 24 AWG, copper. 4. Backboard: Plywood. SECTION 16760 - INTERCOMMUNICATION SYSTEMS A. SUMMARY 1. Direct -connected, manually switched voice intercommunication systems independent of telephone systems. SECTION 16770 - PUBLIC ADDRESS AND MUSIC SYSTEMS A. SUMMARY 1. System for amplifying sound signals from sources such as microphones and distributing and reproducing them on loudspeakers at various locations. SECTION 16780 - TELEVISION SYSTEMS A. SUMMARY 1. MAN system using as signal source. Outline Specifications 02. 9 15 Division 16-11 28=1 Watson Island -Greater Miami Visitor and Aviation Center SECTION 16915 - LIGHTING CONTROL EQUIPMENT A. SUMMARY Programmable lighting control equipment. END OF DIVISION 16 Outline Specifications Division 16-12 28=i Outline Specifications Design Development Submittal 02- 915 Watson Island -Greater Miami Systems Description Visitor and Aviation Center Design Development Submittal ELECTRICAL SYSTEM DESCRIPTION Electrical Service a. Existing power utility line routing is crossing proposed Visitor's Center area. It will have to be relocated out of the future facilities location outline. Electrical service to the building will originate from the existing Florida Power and Light Company network and will be extended underground to a new transformer located Gose to the service entrance (adjacent to the main electrical room). Secondary voltage: 480/277v. Connected load will be 1200 KVA approximately. b. Five KWH utility meters will be provided for each building tenant in accordance with Florida Power and Light (FPL) requirements. Tenant metering will not include the air conditioning/ ventilation/heating consumption. This work will be on separate meter and need to be prorated. Normal Power Distribution a. The service switchboards will be installed in the main electrical room. The switchboards will serve light, power and branch circuit panelboards throughout. b. A transient voltage surge suppression system (TVSS) will be provided to protect three general categories (A. S & C) of operating environment established by IEEE. c. The electrical distribution for the building will be at 480 volts, 3 phase for HVAC equipment and all heavy equipment, such as elevators and pumps. Fluorescent and HID lights will be served at 277 volts, single phase. There will be dry -type transformer to step down the voltage from 480 volts delta to 120/208 volts, three phase, four wire wye grounded for receptacles, small motors and to energize other systems requiring 120 volt supply. d. Power for all equipment and devices will be distributed and applied as per manufacturer's recommendations, and as per voltage indicated and described in equipment schedules. e. Individual combination starting and disconnecting equipment will be provided for all motors except packaged and pre -wired units. f. Duplex convenience receptacles rated 20 amperes, 125 volts, 60 Hertz on centers on wall in office and administrative areas. 30 -ft on centers in corridors. At least one in each storage, janitor, mechanical, electrical, and toilet rooms. In other areas, as required for dedicated equipments, in addition to one next to the door. g. Equipment connections will be sized as required for voltage and load as defined in equipment schedules. Exterior receptacles with weatherproof cover next to each entrance, exit and maindoor, and within 25 -ft of each air conditioning and refrigeration equipment will be provided. All circuits will be designed such that the feeder voltage drop does not exceed 3% and overall circuit voltage drop does not exceed 5% at the load. All circuits will be derated for maximum ambient temperature and number of conductors per raceway. All electrical distribution equipment will be rated for the required fault current levels. Systems Description Page - 1 02— 9 15 Watson Island -Greater Miami Visitor and Aviation Center 3 4. 5 Q 7 Emergency Power Distribution Systems Description Design Development Submittal a. To achieve the highest level of reliability practical operation, a diesel powered generator will be provided. Sizing of the emergency generator will be based on stand-by operation for a running capacity of 24 hours. The emergency generator will be sized to provide emergency power for: (1) Fire Alarm and Detection System (2) Communication Systems (3) Selected operation of one elevator per bank which serves all building levels (4) Corridors and other selected Lighting (5) Security Systems (6) Selected convenience outlets Wiring Methods a. All interior wiring will be copper and installed in conduit. Conduit. will be routed concealed in the walls, floors, or above ceiling except in mechanical, electrical, communication rooms, and overhead runs in areas without ceilings. Plenum rated wire will be provided as needed. b. Wiring devices will be specification grade type with plastic cover plates. Grounding a. Grounding will consist of grounding of the service entrance to grounding electrode, bonding to the water service, bonding to building steel, grounding wire at all communications rooms, grounding of separately derived system to service ground, and the routing of a "green" equipment grounding conductor with all circuits. Lighting a. To maximize efficiency, lighting will be fluorescent utilizing energy efficient lamps with low loss electronic ballast. b. H.I.D. sources will be utilized on the site as well as inside the buildings where applicable. c Lighting systems will be designed to provide uniform reduced levels where applicable. Public space and exterior lighting will be controlled by a Facility Management System. Selection of lighting levels utilized will be by local control and/or by the Facility Management System (FMS). d Exit illuminated signs will be of the light emitted diode (L.E.D.) type. Exterior Lighting a. Appropriate exterior lighting will be designed to provide a secure feeling to the employee and visitors in the parking lot. b. Parking lots will be illuminated with the City of Miami standard street lightpost to provide 1.0 FC minimum average maintained at ground level. c. Exterior lighting will be controlled by the photoelectric cells and the Facility Management System (FMS). Systems Description 02— M Page - 2 28020, Watson Island -Greater Miami Visitor and Aviation Center Systems Description Design Development Submittal d. Runway and Apron lighting will be coordinate with different aircraft parking positions and according with Federal Aviation Administration (FAA) requirements 8. Telephone/Data Communications a. The communications room will serve as the connection point for exterior communication facilities to interior communications systems. The interior of the room will be lined with 3/. inch fire retardant treated plywood 6" from floor to 8 -ft in height. This room will house equipment for telephone/data termination, facility LAN and any other required communication. b. Telephone and LAN data conduits will be provided throughout the facility at required work or duty station. c. Existing telephone utility underground service routing is crossing proposed Visitor's Center area. It will have to be relocated out of the future facilities location outline. 9. Fire Alarm and Detection System a. A complete fire alarm and detection system will be provided for the entire facility. The fire alarm and detection system shall be automatic, zoned, non -coded, closed circuit, supervised, multiple addressable device system with signal to the Fire Department. The system will supervise and monitor status of fire and smoke alarm initiating device as well as provide monitoring and control of fire control equipment. b. The fire alarm and detection system will conform to NFPA-72, as it pertains to the use of smoke detection, thermal detection, manual initiation, alarm signaling, system status monitors, and remote signaling and other requirements. c. The system will be zoned. Zones shall conform to smoke compartments and/or organizational departments. In addition, zone will be provided for each air handling unit. d. The fire alarm panel will be located in the communications room, or other area determined by the fire department. Zone light annunciator will be located at the building entrance lobby. Audiovisual signaling devices will be located throughout as per NFPA-72 and ADA requirements. A battery backup power and trickle charger with on/off supervised switch will be provided. e. The system will be monitored from the Fire Department via modem. ENO OF SYSTEMS DESCRIPTION Systems Description 02— 915 Page - 3 Watson Istand-Greater M;' 1i Outline Specifications Visitor and Aviation Cent.. Design Development Submittal C. MATERIALS Glass Fiber: Afl-purpose jacket; and vapor -barrier coated. a. Board: ASTM C 612, Type 2. b. Blanket: ASTM C 553, Type 11, Class F-1. C. Adhesive: UL classification; nonflammable. 2. Flexible Elastomeric Cellular: ASTM C 534, Type 11. 3. Calcium Silicate: ASTM C 553, Type I. 4. Insulating Cements: a. Mineral fiber, hydraulic -setting insulating and finishing cement. 5. Adhesives: MIL -A -3316C, Classes 1 and 2, Grade A. 6. Jackets: Foil and paper. D. APPLICATIONS Duct Systems: a. Interior concealed supply and outside air ductwork. b. Interior exposed supply and outside air ductwork. C. Exterior exposed supply and return ductwork. d. Interior exposed and concealed supply fans, air handling unit casings and outside air plenums. e. Interior exposed range hood exhaust ductwork. f. Interior concealed range hood exhaust ductwork. g. Interior exposed oven and dishwasher exhaust ductwork. h. Interior concealed oven and dishwasher ductwork. 2. items Not Insulated: a. Fibrous glass ducts. b. Metal ducts with duct liner. C. Factory -insulated flexible ducts. d. Factory -insulated plenums, casings, terminal boxes, and filter boxes and sections. e. Vibration control devices. f. Testing laboratory labels and stamps. g. Nameplates and data plates. h. Access panels and doors in air distribution systems. SECTION 15330 - WET -PIPE SPRINKLER SYSTEMS A. SUMMARY 1. Automatic sprinklers attached to piping system containing water and connected to water supply so that water discharges immediately from sprinklers when they are opened by fire. 2. Sprinkler System Protection Limits: All spaces including closets, toilet and locker room areas, each landing of each stair, and special applications areas. B. SYSTEM PERFORMANCE REQUIREMENTS Hydraulically designed according to the following: Outline Specifications 02- 915 Division 15 - 7 Watson Island -Greater Miar^° Visitor and Aviation Center a. Office and Public Areas: Light hazard. b. Storage Areas: Ordinary hazard. C. Equipment Rooms: Ordinary hazard. d. Service Areas: Ordinary hazard. Outline Specifications Design Development Submittal 2. Components and Installation: 175-psig (1200 -kPa) minimum working -pressure ratings. C. SUBMITTALS 1. Test reports and certificates described in NFPA 13. D. QUALITY ASSURANCE 1. NFPA 13, "Standard for the Installation of Sprinkler Systems." 2. NFPA 26, "Recommended Practice for the Supervision of Valves Controlling Water Supplies for Fire Protection." 3. NFPA 70, "National Electrical Code." E. MATERIALS 1. Ductile -iron pipe. 2. Schedule 10, 40 steel pipe with threaded ends, cast-iron or malleable -iron threaded rolled - groove ends, grooved -end steel pipe fittings. F. COMPONENTS 1. Fire -Protection Service Valves: UL listed and FM approved, with 175-psig (1200 -kPa) non - shock minimum working -pressure rating. a. Gate valves. b. Indicator Valves: Visual, two -circuit supervisory switch. C. Indicator Posts: Operating wrench operation. d. Swing check valves. e. Butterfly check valves. f. Alarm check valves. g. Pressure -regulating valves. h. Ball drip valves. i. Detector check valves. 2. Water Meters: Fire service type. 3. Backflow Preventers: ASS standard double-check detector assembly. 4. Sprinklers: Automatic, with heat -responsive element: a. Coated, painted, or plated sprinklers. b. Concealed ceiling sprinklers, including cover plate. C. Flush ceiling sprinklers, including escutcheon. d. Pendent sprinklers. Outline Specifications Division 15 - 8 02- 915 Vann Watson island -Greater V i Visitor and Aviation Cent. e. Quick -response sprinklers. f. Recessed sprinklers, including escutcheon. g- Sidewall sprinklers. h. Upright sprinklers. 5. Sprinkler Finishes: Chrome -plated, bronze, and painted. 6. Special Coatings: Wax, lead, and corrosion -resistant paint. 7. Sprinkler escutcheons. 8. Sprinkler cabinets. 9. Fire Department Connections: a. Flush, Wall Type: Four outlets. b. Exposed, Sidewalk Type Four inlets. 10. Alarm Devices: a. Water -motor -operated alarms. b. Water flow indicators. C. Pressure switches. d. Supervisory switches. e. Electric bell. G. FIELD QUALITY CONTROL 1. Field acceptance tests. 2. Startup services. SECTION 15411 - WATER DISTRIBUTION PIPING A. SUMMARY Outline Specifications Design Development Submittal 1. Domestic water distribution piping within the building. B. SYSTEM PERFORMANCE 1. Combined Fire Protection and Domestic Service Entrance Piping: 250 psig (1725 kPa). 2. Service Entrance Piping: (1100 kPa)160 psig (690 kPa) 3. Water Distribution Piping: 125 psig (860 kPa) C. MATERIALS 1. Soft Copper: Type IC, cast -copper alloy, solder joint pressure fittings and solderd joints with alloy Sn 9s solder (underground). Outline Specifications 02— 2W 915 Division 15 - 9 Z7= Watson Island -Greater Miar' Visitor and Aviation Center Outline Specifications Design Development Submittal 2. Hard Copper: Type L wrought -copper or cast -copper alloy pressure fittings; copper unions; bronze flanges; and solder joints with alloy Sri 9s solder. (above ground). D. CLEANING 1. Clean and disinfect piping. SECTION 15420 - DRAINAGE AND VENT PIPING A. SUMMARY 1. Soil, waste, and vent piping and storm drainage piping within the building, except not chemical waste piping. B. MATERIALS 1. Hub -and Spigot, Cast -Iron Soil Pipe and Fittings: Service class (underground). 2. Hubless, cast-iron soil pipe and fittings with cast-iron couplings (aboveground). SECTION 15430 - PLUMBING SPECIALTIES A. SUMMARY 1. Plumbing specialties for water distribution; soil, waste, and vent; and storm drainage systems, except not chemical waste piping. B. PRODUCTS 1. Backflow Preventers: ASSE standard. a. Pipe -applied, atmospheric -type vacuum breakers. b. Hose -connection vacuum breakers. C. Reduced -pressure -principle backflow preventers. d. Double-check backflow prevention assemblies. e. Reduced -pressure detector assembly backflow preventers. f. Double-check detector assembly backflow preventers. g. Hose -connection backflow preventers. h. Back -siphonage backflow vacuum breakers. 2. Water Regulators: Single -seated, direct -operated; single -seated, direct -operating, integral - bypass; pilot -operated type. 3. Balancing Valves: Calibrated, memory -stop type. 4. Thermostatic water mixing valves, manually adjustable, mainfolded assemblies; hydrotherapy assemblies; photographic -process assemblies with cabinet. 5. Water Tempering Valves: Outline Specifications $„ Division 15 - 10 02- 915 27020, Watson Island -Greater Mia` Visitor and Aviation Center a. System water. b. Limited volume. 6. Strainers. 7. Outlet Boxes: Water hammer arresters. a. Ice maker. 8. Hose Stations: Single valve. 9. Hydrants: Wall. 10. Sanitary post hydrants. 11. Trap seal primer valves. 12. Drain Valves: Hose end. 13. Backwater Valves: Horizontal. 14. Miscellaneous Piping Specialties: a. Water hammer arresters. b. Hose bibs. C. Air -admittance valves. d. Roof flashing assemblies.. e. Open drains. f. Deep -seal traps. g. Floor -drain inlet fittings. h. Air -gap fittings. i. Stack flashing fittings. j. Vent caps. k. Vent terminals. 1. Expansion joints. M. Downspout Boots: Gray -iron casting; cast-iron soil pipe. 15. Sleeve penetration systems. 16. Flashing: Elastic membrane sheet flashing. Outline Specifications Design Development Submittal SECTION 15440 - PLUMBING FIXTURES A. SUMMARY 1. Plumbing fixtures, trim, fittings, accessories, appliances, appurtenances, equipment, and supports. B. FIXTURE SCHEDULES: Duplicate and fill in for each type. 1. Water Closets: a. Bowl Type and Operation: Elongated, siphon jet. Outline Specifications Division 15 - 11 270201 02- ala Watson island -Greater Miarr Visitor and Aviation Center Outline Specifications Design Development Submittal b. Mounting and Outlet: Wall hanging, back outlet. C. Rim Height: 15 inches and 17.5 to 18 inches for handicapped. (254 mm) d. Tank Trim: Flush valve. e. Design Water Consumption: 1.6 gal. (6 L) per flushing cycle. (13.2 L) f. Flushometer Valve Finish: Powered. Exposed flush valve with automatic sensor actuation battery. g. Toilet Seat: Solid -plastic, open front without cover. h. Prototype: Zum ZR-6000XL WSI. 2. Urinals: a. Type and Operation: Siphon jet. b. Mounting and Outlet: Wall hanging, back outlet. C. Rim Height: 24 inches (610 mm) d. Design Water Consumption: 1.0 gal. (3.8 L) per flushing cycle. e. Flushometer Valve Finish: Expose flush valve with automatic sensor actuation battery powered. 3. Prototype: Zum ZR-6003XL WSI. 4. Lavatories: a. Fixture Material: Vitreous china. b. Fixture Dimensions: 20-1/4" x 17-1/2" (countertop) and 20" x 18" (wall hung). C. Mounting: Counter top with overflow and wall hung for handicapped. d. Faucet Construction: (102 -mm) Widespread with (203-mm)Single-inlet, cast -brass underbody and brass escutcheon, and with pop-up waste. e. Faucet Valve Operation: Sensor actuation, battery powered. f. Faucet Mounting Position: Counter, centered on fixture. g. Drain: Grid strainer with 1 -1/4 -'inch NPS (DN32) tailpiece (DN32). h. Supply insulation kit. i. Drain insulation kit. j. Fixture Support: Type 11, concealed arm; Type III, hanger plate; vertically adjustable, lavatory, chair carrier with steel -pipe heavy-duty, rectangular -steel, upright members; and feet. 5. Showers: a. Fixture Enclosure: Specified under Archutectural section. b. Fixture Enclosure Dimensions: Specified under Architectural section. C. Fixture Enclosure Grab Bar: Field installed. d. Shower Base Receptor: Included with enclosure. e. Drain: Integral drain with removable strainer and 2 -inch NPS (DN50) bottom outlet. f. Faucet Construction: Cast -brass, pressure -equalizing -control pressure -equalizing - control with high -temperature -limit control thermostatic -control, with high -temperature - limit control single -handle mixing valve. 6. Sinks: a. Fixture Material: Stainless steel. b. Fixture Dimensions: Single compartment. C. Stainless -Steel Thickness: .047 inch (0.8 mm). Outline Specifications Division 15 - 12 27MOI 02- 915 Watson Island -Greater Mk Visitor and Aviation Center Outline Specifications Design Development Submittal d. Fixture Mounting: Counter. e. Faucet Construction: (102 -mm) Widespread with inlets on 8 -inch (203 -mm) centers. f. Faucet Mounting: Counter, centered on.fixture. g. Supply, Flow -Control Restrictors: 1/2 -inch NPS (DN 15), 2.0 gpm (0.032 Us) h. Drain(s): 1 -1/2 -inch (38 -mm) grid strainer with (38-mm)1-1/2-inch NPS (DN40) tubular - brass tailpiece (DN40). i. Supply insulation kit. j. - Drain insulation kit. 7. Service Sinks: a. Fixture Material: Enameled, cast iron Stainless steel. b. Stainless -Steel Thickness: 0.047 inch (2.0 mm) C. Fixture Dimensions: 24 x 24 inch. d. Mounting: Floor. e. Rim Guard: Manufacturer's standard. f. Faucet: Widespread, cast brass with supplies on 8 -inch (203 -mm) centers. g. Faucet Mounting: Wall, centered on fixture. 8. Mop -Service Basins: a. Fixture Material: Molaed stone. b. Fixture Dimensions: By 10 inches deep (305 mm) C. Mounting: Floor. d. Rim Guard: Manufacturer's standard. e. Faucet: Widespread, cast brass with supplies on 8 -inch (203 -mm) centers. f. Faucet Mounting: Wall, centered on fixture. g. Drain: 3 -inch NPS (DN$0) (DN50) with grid strainer. h. Mop rack. 9. Electric Water Coolers: a. Fixture Type: Wall hung, single level, wheel accessible ith front mounted push button or bi-level. b. Fixture Unit Capacity: 8.0. C. Fixture Cabinet Material: 18 gauge type 304 stainless steel. d. Fixture Mounting: Wali. e. Water grille. f. Water filter. g. Supply insulation kit(s). h. Drain insulation kit(s). SECTION 15461 - ELECTRIC WATER HEATERS A. SUMMARY 1. Electric water heaters and accessories. B. QUALITY ASSURANCE 1. Standards for Performance Efficiency: ASHRAE 90.1 and ASHRAE 90.2. Outline Specifications 02--.915 Division 15 - 13 ' 2702M Watson island -Greater Miam' Visitor and Aviation Center C. WARRANTY 1. Materials and Workmanship: Five years. D. PRODUCTS 1. Point -of -Use, Tankless, Electric Water Heaters: a. Working -Pressure Rating: 150 psig. b. Heating Elements: Electric -resistant type. C. Jacket: High-strength reinforced "Engineered Plastic".. d. Temperature Control: Factory -set controls. e. Safety Controls: Automatic high -temperature -limit cutoff. 2. Storage, Electric Water Heaters: Outline Specifications L,esign Development Submittal a. Capacity: More than 40 gal.. b. Storage Tank Construction: Heavy -steel jacket, 150-psig working pressure. C. Heating Elements: Immersion type. d. Staging: Not to exceed 18 kW. e. Temperature Control: Adjustable thermostat. f. NSF 5 construction. g. Inlet and outlet manifolds. h. Vacuum relief valves. SECTION 15510 - HYDRONIC PIPING A. SUMMARY 1. Piping for cooling water. a. Cooling Water Piping: Low temperature, forced, recirculating with parallel constant - volume pumps and four -pipe, three -pipe, two -pipe, chilled water piping. B. QUALITY ASSURANCE 1. Standard: ASME 831.9. 2. Air Separators and Compression Tank Standard: ASME Boiler and Pressure Vessel Code: Section VIII, Division 1. 3. Welding Standard: ASME Boiler and Pressure Vessel Code: Section IX. C. MATERIALS 1. Copper tubing, Type L (Type B) drawn -temper, wrought -copper fittings, with soldered joints. 2. Black steel pipe, Schedule 40, wrought -steel fittings, and welded joints. 3. Black steel pipe with grooved ends, Schedule 40, malleable -iron grooved mechanical joint fittings, and mechanical joints. 4. PVC pipe and fittings, Schedule 40, socket -type pipe fittings, and solvent -welded joints. Outline Specifications Division 15 - 14 02- V=1 Watson Island -Greater M Visitor and Aviation Center D. COMPONENTS Outline Specifications Design Development Submittal 1. Flexible Connectors: Stainless-steel bellows with woven, flexible, bronze, wire -reinforcing protective jacket. 2. Packed, slip, expansion joints. 3. General -Duty Valves: Gate, globe, check, ball, and butterfly valves. 4. Calibrated plug valves. 5. Pressure -reducing valves. 6. Safety -relief valves. 7. Brass flow -control valve. 8. Manual air vents. 9. Automatic air vents. 14. Compression tanks with air -control tanks fittings and tank drain fittings. 11. Diaphragm -type compression tanks. 12. Air separators. 13. Chemical feeders. 14. Y-pattem strainers. SECTION 15540 - HVAC PUMPS A. SUMMARY 1. Pumps for cooling water piping. B. SUBMITTALS 1. Certified pump performance curves. C. QUALITY ASSURANCE 1. Standard: ASME B31.9. D. PRODUCTS 1. In -Line Circulators: Horizontal, centrifugal, single stage. a. Cast-iron casing. b. Impeller: Cast bronze. C. Lubricated copper shaft sleeve. d. Mechanical seals. e. Flexible coupling. f. Resiliently mounted motor. 2. Vertical In -Line Pumps: Centrifugal, separately coupled, single stage. a. Cast-iron casing. b. Cast -bronze impeller. C. Replaceable, bronze wearing rings. d. External and balanced mechanical seals. e. Directly mounted motor with lifting and supporting lugs. 3. Separately Coupled, End -Suction Pumps: Centrifugal pump. a. Type: Base mounted. b. Cast-iron casing. Outline Specifications 02— 915 Division 15 - 15 27MOI Watson Island -Greater Miar Visitor and Aviation Center C. Cast -bronze impeller. d. Replaceable, bronze wearing rings. e. Mechanical seals. f. Flexible Coupling: Flexible -spacer type; coupling guard. g. Motor with mounting frame. 4. Separately Coupled, Double -Suction Pumps: Centrifugal pump. a. Base -mounted axially split case. b. Cast-iron casing with Class 125 flanges. C. Cast -bronze impeller. d. Replaceable, bronze wearing rings. e. Mechanical seals. f. Flexible Coupling: Flexible -spacer type. g. Coupling guard. h. Motor with mounting frame. 5. Speciality Fittings: a. Suction diffusers. b. Triple -duty valves. Outline Specifications Design Development Submittal 6. Automatic Condensate Pump Units: Corrosion -resistant pump, plastic tank and cover, and automatic controls. SECTION 15545 - CHEMICAL WATER TREATMENT A. SUMMARY 1. Closed water treatment system for chilled -water systems. 2. System Performance: a. Hardness: 0.00 b. Iron: 0.00 C. Total Dissolved Solids: 1500 to 1750 ppm (as CaCO.) d. Silica: 60 ppm or less e. pH: 10.5 or above B. QUALITY ASSURANCE 1. Chemical Standards: State and local pollution -control regulations. C. MAINTENANCE 1. Chemical and Service Program: One year. D. COMPONENTS 1. Bypass (Pot) Feeders: Cast iron or steel, 5 -gal. capacity, 1210 -kPa working -pressure rating. 2. Drip feeders. 3. Positive -displacement diaphragm, piston pumps. 4. Chemical Solution Tanks: 50 gal. 5. Agitator. 6. Liquid -level switch. 7. Packaged conductivity controller. 8. Cold -water meter. Outline Specifications Division 15 -16 r0M, 02- 915 Watson Island-Greiter Mia Visitor and Aviation Center 9. Solenoid valves. 10. Electronic timers. 11. Water Softeners: a. Capacity: 30,000 grains/cu. ft. (68.7 kg/cu. m). b. Fiberglass softener tank, C. Fiberglass brine tank. d. Control Valve: Brass. 12. Chemical treatment test equipment. 13. Chemicals. E. FIELD QUALITY CONTROL 1. Testing Agency: Owner employed. SECTION 15685 - AIR-COOLED SCREW CHILLERS A. SUMMARY 1. Air-cooled rotary screw water chillers for HVAC systems. B. SUBMITTALS 1. Coordination Drawings. C. QUALITY ASSURANCE Outline Specifications Design Development Submittal 1. Chiller Rating: ARI 550 2. Standards: ASHRAE 15; ASME Boiler and Pressure Vessel Code: Section VIII. D. WARRANTY 1. Compressor and Motor: Five years. E. COMPONENTS 1. Compressor: Semihermetic, rebuildable, single or twin-screw compressor. 2. Compressor Capacity Control: Throttling range down to 20 percent of full load. 3. Oil Pump: Positive displacement. 4. Refrigerant: R-1 34a 5. Shell and Cooler Tubes: a. Carbon -steel shell. b. Copper cooler tubes with smooth internal finish. 6. Insulation: 1.5 inch thick. 7. Air -Cooled Condenser: Factory assembled, wired, and tested; and consisting of casing, air- cooled condenser coils, fans, and controls integrated with compressor operation. a. Casing: Weatherproof, constructed of hot -dip galvanized steel with factory -painted finish. b. Fans: Propeller type, statically and dynamically balanced. C. Fan Discharge Arrangement: Vertical. d. Fan Motor: Direct drive, weatherproof, with bearings permanently lubricated, and having built-in current- and thermal -overload protection. e. Condenser Coil: Copper tubes with mechanically bonded aluminum fins with herisite coating. Outline Specifications 02— 9 1 5 Division 15 - 17 ` toxo, COPY OF PLANS TO BE ATTACHED TO RFQ Qtr !915