Home

096-JJ09 - Miami-Dade County Public Schools

image

Contents

1. ITEM DESCRIPTION OF ITEM EST QTY UOM UNIT PRICE MFG MODEL NO 6 single swing gates installed as specified with gate posts braces hinges caps latches stops and keepers 30 3 wide gate opening 3 Each EA 31 4 wide gate opening 10 Each EA 32 16 wide gate opening 10 Each EA 33 8 wide gate opening 3 Each EA 6 double swing gates installed as specified with gate posts braces hinges caps latches stops and keeper 34 16 wide gate opening 7 Each EA 35 8 wide gate opening 7 Each EA 36 10 wide gate opening 10 Each EA 37 12 wide gate opening 10 Each EA 38 14 wide gate opening 10 Each EA 39 20 wide gate opening 4 Each EA 40 24 wide gate opening 4 Each EA 6 rolling gates complete with gate posts braces caps latches stops and keepers 41 10 wide gate opening 4 Each EA 42 12 wide gate opening 4 Each EA 43 114 wide gate opening 4 Each EA 44 120 wide gate opening 4 Each EA 45 24 wide gate opening 4 Each EA 8 high chain link fence including top rail installed as specified except for end posts corner posts gates and gate posts bollards and baffles 46 Installations of O to 250 linear feet 2 000 LF LF 47 Installations over 250 linear feet 500 LF LF 3 of 10 The School Board of Miami Dade County Florida Bid No 096 JJ
2. MIAMI DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM FORMAT A TO THE SCHOOL BOARD OF MIAMI DADE COUNTY FLORIDA BID BUYER PAGE 096 JJ09 Oretha Houser CPPB SC 2 Fence and Gates Furnish and Install District Wide SPECIAL CONDITIONS CONTINUED 4 CONE OF SILENCE A Cone of Silence is applicable to this competitive solicitation Any inquiry clarification or information regarding this bid must be requested in writing by Fax or E mail to Ms Oretha Houser CPPB Buyer Procurement Management Fax No 305 523 2217 E mail ohouser dadeschools net A copy of this written request must be sent simultaneously to lleana Martinez School Board Clerk Miami Dade County Public Schools The Office of Superintendent of Schools 1450 N E 2nd Avenue Room 268B Miami Florida 33132 Fax No 305 995 1448 E mail martinez dadeschools net THE DEADLINE FOR ANY INQUIRY CLARIFICATION OR INFORMATION REGARDING THIS BID IS ONE 1 WEEK PRIOR TO THE DUE DATE FOR BID SUBMITTALS THIS WILL ALLOW M DCPS SUFFICIENT TIME TO ADDRESS ALL INQUIRIES 5 BID ADDENDUMS All bidders should monitor continuously M DCPS Procurement and Materials Management website for any addendums that may be posted prior to the opening of this solicitation The Procurement and Materials Management website which list all bids addendums and award information is as follows http procurement dadeschools net 6 PRE BIDCONFERENCE A non man
3. OR ON XV NO GRATUITY POLICY It is the policy of Procurement Management Services not to accept gifts gratuities or favors of any kind or of any value whatsoever from vendors members of their staffs or families Revised January 12 2009 XVI Xvi COMPLIANCE WITH STATE FEDERAL REGULATIONS A All contracts involving federal funds will contain certain provisions required by applicable sections of CFR 34 Part 80 36 1 and Part 85 510 Florida Statute 257 36 or Florida Administrative Code Chapter 1B The vendor certifies by signing the bid that the vendor and his her principals are not presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in federally funded transactions and may in certain instances be required to provide a separate written certification to this effect During the term of any contract with the Board in the event of debarment suspension proposed debarment declared ineligible or voluntarily excluded from participation in federally funded transactions the vendor shall immediately notify the Assistant Superintendent Procurement Management Services in writing Vendors will also be required to provide access to records which are directly pertinent to the contract and retain all required records for three years after the Board makes final payment B For all contracts involving Federal funds in excess of 10 000 the Board reserves the right
4. Height above grade 10 amp 12ft 6 amp 8ft 4 ft replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 4 NPS Nominal Pipe Size 2 1 2 2 1 1 2 Pipe OD outside diameter in 2 875 2 375 1 900 Pipe wall thickness in 0 203 0 154 0 145 Post spacing ft oc 10 10 10 Minimum footing depth in 36 30 24 Minimum footing diameter in 12 10 8 D Corner End and Pull Post Schedule Height above grade 10 amp 12ft 6 amp 8ft 4 ft NPS 4 3 1 2 2 Pipe OD in 4 500 4 000 2 375 Pipe wall thickness in 0 237 0 226 0 154 Minimum footing depth in 36 36 30 Minimum footing diameter in 18 16 10 E Gate Post Schedule for Gates over 6 ft High Gate leaf width 8 1 to 10ft 4 1to8ft upto4ft NPS 4 3 1 2 3 Pipe OD in 4 500 4 000 3 500 Pipe wall thickness in 0 237 0 228 0 216 Minimum footing depth in 36 36 30 Minimum footing diameter in 18 16 14 F Gate Post Schedule for Gates up to 6 ft High Gate leaf width 8 1 to 10ft 4 1to8ft upto4ft NPS 3 2 1 2 2 Pipe OD in 3 500 2 875 2 375 Pipe wall thickness in 0 216 0 203 0 154 Minimum footing depth in 36 36 30 Minimum footing diameter in 14 12 10 G Producer 1 Allied Fence Tyco 2 Master Halco 3 Merchants Metals 4 Sonco Worldwide 5 Equal product in quality and performance approved by A E and Board 2 5 BRACES AND RAILS A Description Zinc galvanized steel pipe 1 Accessories such as truss rods turnbuckles
5. 2 authorized as a commercial self insurance fund pursuant to Florida Statutes Neither approval nor failure to disapprove the insurance fumished by the Vendor to the School Board shall relieve the Vendor of the Vendor s full responsibility to provide insurance as required by this Contract The Vendor shall be responsible for assuring that the insurance remains in force for the duration of the contractual period including any and all option years that may be granted to the Vendor The certificate of insurance shall contain the provision that the School Board be given no less than thirty 30 days written notice of cancellation If the insurance is scheduled to expire during the contractual period the Vendor shall be responsible for submitting new or renewed certificates of insurance to the School Board at a minimum of fifteen 15 calendar days in advance of such expiration Unless otherwise notified the certificate of insurance shall be delivered to Miami Dade County Public Schools Office of Risk and Benefits Management 1500 Biscayne Boulevard Suite 335 Miami Florida 33132 The name and address of Miami Dade County Public Schools as shown directly above must be the Certificate Holder on the certificate of insurance The Vendor may be in default of this Contract for failure to maintain the insurance as required by this Contract Amy questions and or inquines regarding these requirements should be directed to Mrs La Chane Faison at 305
6. 995 7133 Vendor Information Sheet 1A 2 Telephone Fax Contact Person Federal Employer Identification Number Or Telephone number Owner s Social Security Number 1B Fax number Name of Firm Individual s Partners or Corporation Contact Person Street Address City State Zip Code E mail address 3 Ownership Disclosure If the contract or business transaction is with a corporation partnership sole proprietorship or joint venture the full legal name and business address shall be provided for the chief officer director or owner who holds directly or indirectly the majority of the stock or ownership If the contract or business transaction is with a trust the full legal name and address shall be provided tor each trustee and each beneficiary Post Office addresses are not acceptable Race NOTE The information provided by the vendor on this form should be consistent with that provided on the Vendor s Application All vendors must have a current vendor s application on file with M DCPS and have provided information and or be familiar with M DCPS policy regarding the following a Employment Disclosure b Drug Free Workplace c Family Leave Policy d Code of Business Ethics e Conflict of Interest f Perception g Gratuities and h Business Meals Failure to provide M DCPS a current vendor application may cause the vendor not to be awarded any new business with M DCPS Vendor applications can
7. Atleast NPS 1 1 2 line and NPS 2 1 2 end corner pull gate posts non corroding driven in compacted soil sufficient to hold fence in place against fabric stretching and wind forces with rails and bracing 1 Provide the posts and their bracing in quantity and spacing as needed to secure the site against unauthorized entry during construction 2 Where soil does not keep posts vertical under forced entry rain softening or wind loads on fence set posts in concrete footings replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 3 2 3 Fabric Non corroding fabric with knuckled edges 6 ft x 2 in mesh x 11 ga 0 120 in diameter wire or heavier Tie fabric to posts bracing and rails so that fabric is within 2 in of ground using galvanized steel ties Gates Provide 6 ft high lockable non sagging gates in quantity and width as needed to give access to the site by authorized users CHAIN LINK FABRIC Description Hot dip galvanized after weaving GAW steel chain link fabric 1 Donotuse Aluminum aluminum alloy wire or aluminum coating 2 Average zinc weight on wire Not less than 2 0 oz ft galvanized after weaving 3 Wire size 9 ga 0 148 in diameter 4 Breaking strength of 9 ga wire Not less than 1290 lb ASTM A817 5 Mesh 2 in Edges Knuckle fabric at top and bottom of fence or kkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk S
8. Bollard traffic control 4 O D galvanized Schedule 40 pipe filled and domed with 3 000 PSI concrete Bollard shall be i plumb and centered in a 3 000 PSI 40 EF ane concrete footer minimum size 18 x 18 x 36 deep Bollard traffic control 6 5 8 O D galvanized Schedule 40 pipe filled and domed with 3 000 PSI concrete Bollard tse shall be plumb and centered in a 3 000 40 EF UF PSI concrete footer minimum size 24 x 24 x 36 deep Remove and Replace Single Line Post 159 4 High 10 Each EA 160 6 High 10 Each EA The School Board of Miami Dade County Florida Bid No 096 JJ09 Fence and Gates Furnish and Install District Wide ITEM DESCRIPTION OF ITEM EST QTY UOM UNIT PRICE MFG MODEL NO 161 8 High Each EA 162 10 High Each EA 163 12 High Each EA 164 16 High Each EA 16 high chain link fence installed as specified except for end posts corner posts gates and gate posts bollards and baffles Installations of O to 500 linear feet Line 165 posts shall be 3 0 outside diameter LF LF Footings shall be 3 0 deep Installations over 500 linear feet Line 166 posts shall be 3 0 outside diameter LF LF Footings shall be 3 0 deep Post for 16 high fence Installed as specified with footers caps top rail and all attaching hardware Install end posts which shall be 4 0 167 outside diameter and in
9. C Samples Color sections for polyester finishes If requested samples of materials for finials caps and accessories 1 04 QUALITY ASSURANCE A Manufacturer shall have a minimum of 5 years experience Project Name M DCPS MASTER Jan 04 Project No SPECIFICATION GUIDELINES 02832 1 manufacturing ornamental picket fencing PART 2 PRODUCTS 2 01 MANUFACTURERS A Ornamental Picket Fencing Te Ameristar Tulsa OK 2 Monumental Iron Works Baltimore MD 3 Accepted equivalent 2 02 COMPONENTS A Ornamental Picket Fence 1 Style and heights as shown on drawings 2 Pickets a Square tubular members b Minimum Size Pickets 1 inch Ge Picket Spacing 3 15 16 maximum face to face d Thickness 14 gauge e Attach each picket to each rail with 4 1 4 industrial drive rivets 3 Rails a U channels formed from hot rolled structural steel having no pockets or shelves to hold water or moisture bz Size 1 1 8 wide x 1 1 2 deep c Wall Thickness 11 gauge d Punch rails to receive pickets and rivets and attach rails to all brackets with 2 each 1 4 industrial drive rivets 4 Posts a Square tubular members b Minimum Post Size 3 inches x 3 inches c Wall Thickness 12 gauge 5 Accessories a Assembled panels with ornamental accessories attached using industrial drive rivets to prevent removal and vandalism Project Name M DCPS MASTER Project No SPECIFICATION GUIDELINES Ja
10. Interactive graphics shall be implemented The web software shall have an Interactive Graphic Interface including major system components and one Virtual Override Panel with a 3 hour timer at each zone for after hours If an existing School has an existing Override Panel the EMS contractor shall provide all the material programming cabling and connections to upgrade and interface the new EMS with the existing Override Panel If the existing School does not have an override panel the EMS contractor shall provide and install a new Virtual Override Panel The override panel provides 3 hours of mechanical cooling each time the zone is activated Provide one zone per each floor for override purposes Provide an Enhanced Hurricane Protection Area EHPA Emergency Shelter Manual Override for use by authorized on site staff to temporarily activate cooling ventilation and lighting loads controlled by the EMS One EHPA Emergency Shelter Manual Override shall be installed in all schools designated by MDCPS as a Public Shelter Provide one laptop computer and the necessary software cables interfaces and connectors to upload and download any and all type of controllers installed by the Controls Contractor as part of the Design Standards 2008 Supplement Page 28 of 39 EMS system They shall be delivered to the M DCPS Energy Programs Staff for each EMS installation for all new facilities new modular buildings or EMS school
11. This provision is pursuant to School Board Rule 6Gx13 4A 1 212 and Florida Statute 112 313 9 PUBLIC RECORDS LAW Pursuant to Florida Statute it is the practice of M DCPS to make available for public inspection and copying any information received in response to an invitation to Bid or Request for Proposals RFP No action on the part of the respondent to a Bid or RFP will create an obligation of confidentiality on the part of the School Board including but not limited to making a reference in the response to the trade secret statutes it is recommended that potential suppliers exclude from their response any information that in their judgment may be considered a trade secret XXIELASSIGNMENT Page 4 This Contract may not be assigned nor may any assignment of monies due or to become due to vendor be assigned without the prior written agreement of Miami Dade County Public Schools If vendor attempts to make such an assignment such attempt shall constitute a condition of default THE SCHOOL BOARD OF MIAKI DADE COUNTY FLORIDA FF 7 4 Lite all Pai ar eet Ps SUPE TENDENT OF SCHOOLS Pad Revised January 12 2009 FROM AFFIX POSTAGE HERE THE SCHOOL BOARD OF MIAMI DADE COUNTY FLORIDA PROCUREMENT MANAGEMENT SERVICES ROOM NO 352 BID BOX 1450 N E 2N AVENUE MIAMI FLORIDA 33132 BID NO 096 JJ09 BID TITLE Fence and Gates Furnish and Install District Wide BID OPENING DATE September 24
12. and programs in performing the work Protect vendor s employees vendor s materials equipment and work M DCPS property and building occupants M DCPS shall not be responsible for vendor s failure to protect persons and property SITE INSPECTIONS SUBSEQUENT TO AWARD Throughout the term of the bid awardees are require to make site inspections fence work will be performed to familiarize themselves with the unique environment where the work is to take place and to establish work procedures to minimize disruption of the school day and avoid damage to existing infrastructure Scheduling of visits Site Scope Meetings to the various locations throughout the term of the contract will be coordinated to insure access and to review specifications regarding normal workload average job size problems safety considerations or other conditions that are unique to the Miami Dade County Public School System Failure to consider these conditions shall not entitle the awarded vendor to additional compensation All Site Scope Meetings SSM scheduled for individual projects are mandatory Failure to attend scheduled SSM s will result in the rejection of proposal if submitted for a project VENDOR INFORMATION SHEET All bidders are required to complete the attached Vendor Information Sheet In order to conduct new business under this bid M DCPS requires that the vendor s have a current vendor application on file The information on both these documents
13. 2 end posts bracing 2 line posts and fabric Provide top and bottom rail Center the baffles on each pair of 4 ft access ports in the fence To construct the twin access ports in the fence a Lay out end posts in the fence line to form 2 ports each 4 ft wide with 8 ft of fence separating the ports 16 ft from extreme port jamb to extreme port jamb Set the 24 ft double baffle to form an exactly 2 ft clear opening between baffle inside and the fence outside to allow lateral bicycle walking passage between the two Baffle construction Match the post bracing and fabric qualities specified for fence J Single Baffles Protecting Single Access Ports in Fence 1 2 3 4 5 12 ft long single baffle Construct using 2 end posts bracing 1 line post and fabric Provide top and bottom rail Center each single baffle on a single 4 ft access port in the fence To construct the single access port in the fence lay out end posts in the fence line to form a 4 ft wide port Set the 12 ft single baffle to form an exactly 2 ft clear opening between baffle inside and the fence outside to allow lateral bicycle walking passage between the two Baffle construction Match the post bracing and fabric qualities specified for fence K Gate Installation replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 11 3 4 OP OO NS D Gates in the vicinity to a
14. Board or any other private or governmental entity pursuant to School Board Rule 6Gx13 3F 1 023 G The intent of the bid documents is to include only the written requirements for materials equipment systems standards and workmanship necessary for the proper execution and completion of the work by the Bidder The bid documents shall not be construed to create an entitlement to any other scope of work except as specified herein PERFORMANCE SECURITY FOR SUCCESSFUL BIDDERS ONLY A PURPOSE A performance bond or check may be required to guarantee performance B BONDING COMPANY Performance Bonds shall be written through a reputable and responsible surety bond agency licensed to do business in the State of Florida and with a surety company or corporation meeting both of the following specifications 1 Awards Greater than 500 000 A minimum rating in the latest revision of Best s Insurance Reports of Contract Amount Minimum Rating by A M Best 500 000 01 to 2 500 000 None 2 500 000 01 to 5 000 000 B or NA 3 No Minimum Class 5 000 000 01 to 10 000 000 A Class IV 10 000 000 01 or more A Class V Current certificate of authority as acceptable surety on Federal Bonds in accordance with the latest edition of the United States Treasury Department Circular 570 entitled Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies shall be accepted for an
15. C Locate equipment as far as possible from school buildings as well as adjacent off site construction 13 Roof top Equipment Overturning and uplift forces on rooftop equipment and curbs shall be calculated and designed following ASCE 7 and approved by the Florida registered structural engineer of record for each project Design curbs hold downs and equipment casings to withstand forces stated or implied in Roof Wind Pressure diagrams in the Contract Documents 14 Equipment Curbs Add the following to each specification section for rooftop equipment A Rooftop equipment overturning and uplift forces shall be calculated and designed for and fabricated in all equipment casings equipment hold downs and curbs whether integral or loose following ASCE 7 and approved by the Florida registered structural Design Standards 2008 Supplement January 2008 Page 35 of 39 engineer of record for each project Design curbs hold downs and equipment casings to withstand forces stated or implied in Roof Wind Pressure diagrams in the Contract Documents B Curbs Whether integral with the equipment or separately provided following the requirements for properties such as height material insulation fastenings and hold downs as stated in the new Master Specification Guideline for Roof Assembly Equipment Curbs in Division 07 The following list of items for Division 15 are the new requirements for M DCPS air conditioning Cooling Sources
16. ENTITY CRIMES Section 287 133 2 a Fiorida Statute A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work may not submit bids on leases of real property to a public entity may not be awarded or perform work as a contractor supplier subcontractor or consultant under a contract with any public entity and may not transact business with any public entity in excess of the threshold amount provided in Section 287 017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list E SUBMITTING A NO BID if not submitting a bid at this time return the form entitled NOTICE TO PROSPECTIVE BIDDERS Failure to respond either by submitting a bid or the NOTICE TO PROSPECTIVE BIDDERS form for three consecutive times may result in the company being removed from the School Board s bid list F AVAILABILITY OF BID INFORMATION Immediately following the public opening bids will be read upon request and then compiled in a tabular form a copy of which will be available for examination in Procurement Management Services CANCELLATION OF BIDS OR REQUEST FOR PROPOSALS An invitation for bids may be canceled in whole or in part a
17. Management a current Certificate of Insurance and shall not perform work on Board property if said Certificate is not current valid and or meet the Insurance Specifications of this bid All staff and employees of the Subcontractor shall undergo fingerprinting and background check prior to commencement of work in accordance with Instructions To Bidders XVIII BACKGROUND SCREENING REQUIREMENTS No subcontract agreement shall serve to create any contract or other relationship between the subcontractor and M DCPS nor shall it create any duties or obligations to the Subcontractor on the part of M DCPS The Contractor shall be solely liable to the Subcontractor for all expenses and liabilities under the Contract resulting from this Bid In addition any disputes which may arise between Contractor and any Subcontractor must be resolved between those parties and M DCPS will not undertake or be responsible for the resolution of such disputes However to protect the District s public image and interest Contractor s with repeated complaints allegations reported by subcontractors suppliers and or employees to the District may subject that vendor to a non extension of contract if deemed in the best interest of the District BID SUBMITTAL Bidders are requested to submit the original bid and proof of all information requested in accordance with SPECIFICATION 1 05 VENDOR QUALIFICATIONS AND REQUIREMENTS and SPECIAL CONDITION 21 CERTIFICATE OF COMPETENCY ST
18. OR WITHDRAWAL OF BIDS A PRIOR TO BID OPENING Should the bidder desire to change or withdraw his her bid he she shall do so in writing This communication is to be received by the District Director of Procurement Management Room 352 School Board Administration Building prior to date and hour of bid opening The bidders name the bid number the bid title and the date the bid is due must appear on the envelope B AFTER BID OPENING After bids are opened they may not be changed nor withdrawn for 90 days after the determined opening date unless otherwise specified on the BIDDER QUALIFICATION FORM C FAILURE TO ACCEPT BID AWARD Bidders who prior to the Bid Award by The Schoo Board of Miami Dade County Florida indicate that they are unable to accept the bid award shall either 1 Pay to the Board as liquidated damages an amount equal to 5 of the unit price bid times the quantity or 10 whichever amount is larger or 2 Lose eligibility to transact new business with the Board for a period of 14 months from the date the Board acts on the withdrawn bid V PROTESTS TO CONTRACT SOLICITATION OR AWARD A The Board shall provide notice of a decision or intended decision concerning a solicitation contract award or exceptional purchase by electronic posting which can be accessed at the districts website www dadeschools net B Any person who is adversely affected by the agency decision or intended decision shall file wi
19. The A E shall comply with all of the new Design Standards for the cooling sources Prior to beginning the design the A E shall meet with M DCPS Division of Facilities Design and Standards to obtain the appropriate updated Division 15 Master Specification Guideline sections 15 16 17 18 19 20 21 Cooling Sources Alternative cooling sources shall be evaluated and determined by life cycle costs analysis with M DCPS Division of Facilities Design and Standards approval An existing central refrigeration plant shall be used for a cooling source if available for present or future use Interconnect chillers if distance between new and existing is less than 100 feet Total system capacity for chillers and condensers shall comply with the following A Up to 25 tons Reciprocating or scroll air cooled B 25 tons to 200 tons Rotary scroll air cooled C 100 tons to 800 tons Rotary screw or centrifugal water cooled D 800 tons and above Centrifugal water cooled All chiller surfaces subject to condensation shall be provided with a premium insulation package The package shall result in a minimum Amarflex insulation thickness of 1 1 2 Reciprocating and scroll refrigeration compressors units shall be used for small loads Provide one propeller type flow measuring device per project Provide taps at each chiller s chilled water and condenser side and if not independently piped at each cooling towe
20. Wire c Equal product in quality and performance approved by A E and Board 2 Latches all heights Easily lockable with padlock s replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 6 a Padlocks with chains will be provided by the Board 3 Latches for single leaf gates Single gate latch assembly with keeper 4 Latches for twin leaf gates Heavy duty gate stops with steel pipe sleeves anchored in concrete so as to engage plunger of latch at the center of each opening Latch and plunger shall not be removable without special tools SPECIFIER Where keepers present a tripping hazard the Board s representative may allow a chained snap hook as the keeper 5 Keepers To automatically engage the gate leaf and hold it in the open position until manually released Where A E or Board determines that a keeper s location presents a tripping hazard provide a chained snap hook instead 6 Stops Set in a concrete base located so as not to present a tripping hazard 7 Rods with turnbuckles Cut rods to length that gives maximum future adjustability and weld turnbuckles to rods and rods to gate frame 8 Items for handicapped accessibility Heavy duty lever type gate hardware or weatherproof push bar in place of latches C Gate Hinge Schedule Gate leaf width 8 1 to 10 ft 4 1 to 8 ft 4 ftorless Number of hinges leafs over 6 fthigh 4 4 3 Number of hinges lea
21. amount not exceeding the underwriting limitation thereon 2 Awards of 500 000 or Less Bonds shall be written with a surety company or corporation meeting the qualifications as set forth in Paragraph VII B above or the qualifications set forth in section 287 0935 Florida Statutes C AMOUNT When required as defined herein the firm or individual s to whom an award has been made shail execute and deliver to The School Board of Miami Dade County Florida a Performance Bond Cashier s Certified Check or equal 1 Awards less than 200 000 shall be exempt from performance security Revised January 12 2009 2 Performance security shall not be required unless otherwise defined in the bid specifications if performance security is required it shall equal 100 of the award amount D RELEASE OF PERFORMANCE SECURITY Return to the Awardee of his her cash security or notification to the Awardee and the bonding company to cancel the performance bond will be made when all goods services have been accepted and invoices have been approved for payment VIDLSAMPLES When bid samples are required the buyer will notify bidder to submit samples of the items bid in accordance with the following procedures A All samples must be identified with the bidder s name bid number item number and product name and number Where non compliance with this requirement is noted said item may be considered as being unidentifiable and may not be el
22. approval from the MDCPS Division of Roofing The full modified bitumen surfacing of roof level walls and the wrapping of parapet wall tops are mandatory The manufacturer shall oversee the coordination installation corrections perform periodic inspections and maintain and repair the entire roof assembly to give MDCPS a functioning roof assembly for 20 years The current approved roofing manufacturers are A Firestone B Siplast Design Standards 2008 Supplement January 2008 Page 9 of 39 10 11 12 13 14 15 16 C Soprema Energy Star roofing that complies with M DCPS Master Specifications Guidelines and Design Criteria shall be evaluated by the A E and presented to M DCPS Division of Facilities Design and Standards for consideration and possible approval The installed roof system shall have a minimum slope of inch per foot No ponding water is allowed on any roof system Expansion joints will be properly flashed 16 gage assemblies that extend at least 16 inches above the roof level Galvanized steel 16 gage cant strips will be used instead of wood or fiberglass Where blocking and other roof steel is visible it shall be covered with 28 gage stainless steel fascias copings and other trim fabricated in the same shop that fabricates the base metal for a good fit Pitch pans and chem curbs are not permitted Stainless Steel Flashing for Vent Stacks extensions and caps by SBC Industries North Miami FL or
23. at the receiving station of the designated delivery point and received there by a designated agent of the Board A delivery ticket or one copy of the invoice prepared as indicated below shall accompany each delivery B RECEIVING INSPECTION AND TESTING Delivered items which do not fulfill all requirements will be rejected Rejected items shall be removed and replaced promptly by the vendor at no cost to the purchaser C INVOICES Each invoice shall be issued by the successful bidder and shall be submitted in DUPLICATE to the Accounts Payable Section P O Box 01 2570 Miami Florida 33101 To be considered for payment each invoice must show the following information which appears on the Purchase Order Purchase Order Number item Descriptions Quantities and Units Price Extensions Total price of all items on invoice D PAYMENT Unless otherwise specified by Miami Dade County Public Schools payment will be made only after delivery authorized inspection and acceptance Payment will be made only to the successful bidder unless otherwise requested in writing by the successful bidder and accepted by Miami Dade County Public Schools Administration When bidders are directed to send invoices to a school the schoo will make direct payment to the bidder The bidder expressly agrees that it will properly invoice for any goods or services within one year and that the failure to do so shall constitute a waiver of any right to payment
24. bedded in sealant as required by the window specifications The flange at the perimeter of the window frame shall be set in a full bed of sealant All interior finishes such as the gypsum board and window stool shall not yet have been installed against the window frame so that all water intrusions can be identified A representative from the Contractor window installer window producer M DCPS Project Manager and the A E shall be present during the testing The Contractor or window installer shall operate the hose nozzle for the testing The test will be performed in two 5 minute phases with a brief conference between phases A 5 8 inch garden hose and straight Design Standards 2008 Supplement Page 15 of 39 January 2008 adjustable brass nozzle shall be used for the test Set the nozzle to produce an 8 in to 10 in diameter pattern at an 8 ft to 10 ft distance from the window Ascertain and note the water pressure where water from a public source enters the hose preferably 45 PSI to 55 PSI If a permanent water source is not available at the time that the test needs to be conducted the contractor shall supply equipment to achieve the required 45 PSI to 55 PSI The contractor shall spray water against the window while the M DCPS PM instructs the nozzle holder The A E shall observe and note any leaks or other signs of water intrusion at the interior side of the window Other parties may observe the testing e For two minutes
25. building shall open in the direction of building egress No gate shall reduce or restrict a building egress dimension in its open position Make gates level and plumb in their closed position Make gates so they can be secured in both their open and closed positions Install gates complete with welded on hinges latches keepers and stops Weld on hasps for locking with a lock provided by MDCPS Central Lock Dept Do not swing a gate outward onto a public sidewalk instead notify A E and Board that for safety the gate must either swing inward or a sliding gate considered Bollard Quantities and Locations See shop drawing submittal requirement 1 Quantity of bollards and scope of their location Provide bollards to protect each of the following items in site that are up to 10 ft inside or outside of a run of new chain link fence and within 6 ft of vehicular traffic or parking Items on to be protected by bollards as part of chain link fence and gate work a On each side of each new chain link fence gate post 2 bollards b Protecting each new or existing fire hydrant pressure reduction valve transformer electrified sign guy wire trash bin or trash storage area or other equipment 4 bollards arranged to minimize possible damage from vehicles 1 The 4 required bollards will be reduced to 2 in particular locations if A E and Board determine that protection from 2 bollards is adequate 2 After the Board directs reducing the number
26. floor to ceiling to accommodate security Camera racks and other wall mounted equipment The main distribution frame MDF shall be located in the SCS Control Room The Design Standards 2008 Supplement January 2008 Page 24 of 39 20 21 22 23 24 25 26 27 SCS Control Room shall be a secure lockable room with no windows or vision panels It shall be provided with a supplemental HVAC system in order to maintain a temperature of 75 degrees F and a relative humidity of 60 percent for after hour use At each intermediate distribution frame IDF location provide a 4 0 wide dedicated wall area from floor to ceiling with a 5 0 clearance to accommodate security camera racks and other wall mounted equipment It is desirable but not mandatory to provide 24 hour A C for the IDF One 1 1 12 diameter conduit shall be provided from the SCS Control Room MDF to the School s Administration Server Room installed near the network equipment area no conduilets are to be used One 1 1 diameter conduit shall be provided from the SCS Control Room MDF to the School s Main Server Room installed near the network equipment area no conduilets are to be used Note If the School s Administration Server Room is the Main Server Room then one 1 2 diameter conduit shall be provided A voice landline shall be provided for the SCS Control Room MDF When a pole mounted camera is required provide a mini
27. ft of a chain link fence are specified here Other bollards around the site are specified in 05500 Do not design chain link fences with barbed wire except when needed in agriculture education facilities Their use otherwise is prohibited by FBC SREF For the rare instance in which a horizontal slide gate is needed a skeleton article has been included to help the specifier get started in specifying the type that is wanted CSI MasterFormat 2004 number 32 31 10 An optional keynote to the Drawings follows major product titles for A Es using National CAD Standard kkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk PART1 GENERAL 1 1 RELATED REQUIREMENTS A Coordinate chain link fence amp gate work with work before and after See especially 1 Bollards on worksite that are more than 10 ft from fence 05500 1 2 REFERENCES A American Society for Testing and Materials ASTM Specifications for A121 07 Metallic Coated Carbon Steel Barbed Wire A123A 08 Zinc Hot Dip Galvanized Coatings on Iron and Steel Products A392 07 Zinc Coated Steel Chain Link Fence Fabric A641 09 Zinc Coated Galvanized Carbon Steel Wire A817 07 Metal Coated Steel Wire for Chain Link Fence Fabric amp Tension Wire A824 05 Metal Coated Steel Marcelled Tension Wire for Chain Link Fence C94 07 Ready Mix Concrete F567 07 Standard Practice for Installation of Chain Link Fence F626 08 Fence Fittings 10 F1043 08 Strength amp Protective Coatings on Steel Ch
28. minimized Slope the bottom edge of horizontal score lines at least 5 to shed water 11 The use of an exposed structure as a ceiling for instructional areas is not allowed without prior written approval from M DCPS Division of Facilities Design and Standards 12 The use of low VOC paint shall be evaluated and considered for all interior spaces The product specifications shall be submitted to the M DCPS Paint Department for review and approval at Maintenance Operations Paint Department 12525 NW 28 Avenue Miami FL 33167 Division 10 Specialties 1 The A E shall specify the mounting heights above finish floor for all instructional boards so that the writing surface not the bottom of the frame meets the following requirements 2 4 at pre K through 3 grade 2 6 at 4 grade and 5 grade 2 9 at middle school and high school 3 0 at staff areas Jaw 2 For Postal Service USPS deliveries provide a drop box for all new facilities with an embedded base anchorage and with components installation and location complying with USPS requirements The drop box shall be purchased from Postal Products Unlimited Division of American Postal Manufacturing Inc Relay Collection Box with pedestal Model N1014184 The USPS does not accept any other drop box so there shall not be any substitutions allowed The mailbox shall not have any slots The access to the mailbox shall be gained throug
29. must be consistent Failure to comply with this condition may cause the bidder s not to be awarded any new business Vendor applications can be downloaded at http procurement dadeschools net UNAUTHORIZED SHIPMENTS SUBSTITUTION Unauthorized substitutions and shipments shall be grounds for termination Vendors shall be considered in default of the contract and shall be required to pay liquidated damages or lose eligibility to transact new business with the Board for a period of fourteen 14 months from the date of termination by the Board Random samples may be taken from each delivery for testing to insure continued compliance with the specifications LOCAL BUSINESS TAX RECEIPT Any person firm corporation or joint venture with a business location in Miami Dade County Florida which is submitting a bid shall meet the County s Local Business Tax Receipt requirements in accordance with Miami Dade County Florida code Bidders with a location outside Miami Dade County shall meet their local Occupational Tax requirements A copy of the license should be submitted with the Bid If the Bidder has already complied with this requirement a new copy is not required while the license is valid and in effect It is the Bidder s responsibility to resubmit a copy of a new license after expiration or termination of the current license Non compliance with this condition may cause the bidder to not to be considered for award MIAMI DADE
30. of bollards at any location from 4 to 2 move construction of the 2 extra bollards and their footings to another location on the worksite as directed by Board c Bollards are not required at single post signs light poles or utility poles unless shown on Drawings or directed by Board as location of extra bollards Precise location Locate as directed and approved by A E and Board if precise location is not already shown on the Drawings or approved shop drawings a Review bollard locations with A E and Board before start of fence installation Bollard Footing and Bollard Installation 1 2 3 Bollard footings 18 in OD x 36 in deep concrete placed around each bollard Bollards Construct 3 to 6 ft from each item being protected For the immediate safety of gate posts and items of mechanical electrical utility equipment on site paint bollards by neutralizing galvanized surfaces then painting them with 1 coat of galvanized metal primer 2 coats of acrylic latex enamel a Color of top coat Safety Yellow b Other preparation and painting requirements are specified in 09900 Additional bollards for location on the worksite more than 10 ft from chain link fence are specified in 05500 CLEANING AND ADJUSTING At completion of each day s work remove all fencing debris cuttings and removed fencing not claimed by the Board from the worksite roads walks and adjoining properties Adjust gates and hardware for fric
31. rail sleeves bolts washers and nuts Hot dip galvanized steel 2 Size NPS 1 1 4 in OD 1 660 in 0 140 in wall thickness 3 Zinc coat At least 1 8 oz ft hot dip galvanizing after forming ASTM A123 B Standards 1 Pipe galvanizing ASTM A123 Table 2 Coating Grade 85 2 Pipe dimensions ASTM F1083 Table 1 Standard Weight Schedule 40 C Producer 1 Allied Fence Tyco replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 5 2 Master Halco 3 Merchants Metals 4 Sonco Worldwide 5 Equal product in quality and performance approved by A E and Board 2 6 FASTENINGS AND ACCESSORIES A Description Zinc galvanized steel or malleable iron fastenings and accessories with rounded edges galvanized after fabrication Do not use aluminum 1 Zinc coat At least 1 8 oz ft hot dip galvanizing after forming ASTM A123 B Rail and Brace Ends Line Caps Rail Sleeves Tension and Brace Bands Sized to fit posts and rails ASTM F626 C Stretcher Bars Tension Bars At least 3 16 x 3 4 in galvanized steel 2 in shorter than full height of fabric 1 bar at gate or end posts 2 bars corner or pull posts D Fastenings Hot dip galvanized steel ASTM F626 For spacing see PART 3 1 Tie Wire 9 ga for attaching fabric to posts 2 Clips 9 ga 3 Bands 12 ga at end corner pull and gate posts 4 Hog rings 12 ga hot dip galvanized steel use only where a
32. shall be done via MDCPS intranet It is the controls contractor responsibility to provide the conduit CAT5 wire and connections from the EMS controller to the network router or switch Phone line interfaces are not allowed XXX XXX XXX 78 Main EMS Address XXX XXX XXX 79 Spare XXX XXX XXX 80 Chiller 1 XXX XXX XXX 81 Chiller 2 XXX XXX XXX 82 Chiller 3 XXX XXX XXX 83 Spare XXX XXX XXX 84 Spare 43 Critical alarms shall be sent via e mail to the appropriate Maintenance Regional Center RMaC for the school and to a designated maintenance printer Critical alarms shall include the following A Chiller failure January 2008 Design Standards 2008 Supplement Page 29 of 39 44 45 46 Pump failure AHU failure CO2 over limit Variable Speed Drive Failure Cooling tower water Alarm EHPA activation aAmmouaAw Critical energy savings related alarms shall be sent via e mail to the Central Monitoring Station at the School Board Administration Building SBAB and to a designated printer located at the SBAB The critical energy savings alarms shall include the following Pump Manual Override AHU Manual Override CO over Limit Outside Air CFM out of range Variable Speed Drive Failure Cooling tower water Alarm Lighting Control Panel Failure Manual Override EHPA activation TOMMOAw gt Occupied unoccupied schedules and set points All installed systems shall have a programmed preliminary start stop
33. shall be reviewed by the M DCPS Division of Roofing for approval All of the required submittals shall also be reviewed and approved by the Division of Roofing prior to acceptance by the A E 4 The insulation shall be lightweight insulating concrete The lightweight concrete shall be made from cellular or lightweight aggregate over styrene board held where possible to a uniform thickness that will give an R value of at least 19 0 Ilsocyanurate or other board insulation assemblies will not be allowed The insulation must slope at least 1 4 in ft to scuppers with crickets at every impediment The placement of the insulation must assure that there will be no ponding before the roofing installation proceeds The approved lightweight insulating concrete manufacturers are Concrecel International Concrecel Elastizell Cellular and Hybrid Cellcore Cellular Concrete Mearlcrete Siplast Insulcel NVS and Zonocel mOoOOwWDY gt 5 The perimeter of the lightweight insulating concrete on styrene roof insulation will be encapsulated in 16 gage galvanized steel securely bolted to the structural deck against uplift 6 The roofing membrane shall consist at a minimum of a base sheet and 2 ply styrene butadiene styrene SBS modified bitumen roofing Torched application will be used wherever possible for the SBS modified bitumen roofing for roof membrane and base flashings Localized hot mopping will only be permitted with written
34. spray the perimeter of the window opening moving slowly for 2 circuits directing slightly more than half of the hose stream just within the window perimeter e For one minute spray the joints within the window opening moving slowly along the vent joints and the mullion or muntin joints e For one minute make another circuit around the perimeter and along all joints e Shut off the nozzle while the MDCPS PM and the A E confer in presence of other parties to review what the test has revealed If the test is inconclusive it shall be repeated The test shall be adjusted to meet the actual window size The test procedure above is designed for window assemblies units that are 24 ft to 40 ft When the window is less than 24 ft reduce the 2 minutes to 1 1 2 minutes and 1 minute to 45 seconds If the window is 40 ft to 70 ft expand 2 minutes to 3 minutes and 1 minute to 1 1 2 minutes If the window is 70 ft to 120 ft expand the time to 3 1 2 minutes and 1 3 4 minutes If the mock up window unit allows any water penetration the contractor shall remove the unit completely and re install the entire window assembly again at no cost to M DCPS The Window Field Leak Test shall be repeated as many times as required to produce a water intrusion free result as determined by all parties The mock up must prevent any and all water intrusion before the installation of the remaining windows is permitted to continue The Window
35. through 171 to be awarded on total line item Example Master low bid basis to a Primary Contractor and Halco 000 or Master three 3 Alternate bidders See Special Halco Please note Condition 2 A and B whatever brand you plan to provide technical specifications must be provided with the bid or within 5 business days upon request CHAI N LI NK FENCES 4 6 8 10 12 AND 16 HIGH 4 high chain link fence including top rail installed as specified except for end posts corner posts gates and gate posts bollards and baffles 1 lnstallation of O to 250 linear feet 1 000 LF LF 2 Installation over 250 linear feet 1 500 LF LF Post for 4 high fence Installed as specified with footers caps top rail and all attaching hardware 3 End posts with braces 20 Each EA 4 Corner posts with braces 30 Each EA 5 Pull posts with braces 4 Each EA 6 Double baffle 10 Each EA 7 Single baffle 10 Each EA 4 single swing gates installed as specified with gate posts braces hinges caps latches stops and keepers 8 3 wide gate opening 3 Each EA 9 4 wide gate opening 10 Each EA The School Board of Miami Dade County Florida Bid No 096 JJ09 Fence and Gates Furnish and Install District Wide 2 of 10 ITEM DESCRIPTION OF ITEM are UOM UNIT PRICE MFG
36. through the EMS to provide two levels of illumination Full illumination shall only be energized during periods of scheduled evening occupancy At all other evening hours provide reduced level of illumination for security purposes The reduced level of illumination shall be in effect from sunset unless the facility is an Adult Education Center The illumination level for the Corridors shall be the same as required for parking lots See 2007 Design Standards Supplement Division 13 item 54 for additional information 5 The use of solar outdoor lighting products for parking lots sidewalks and roadways shall be evaluated by the designer and presented to M DCPS for consideration The A E shall submit product type and the specification to M DCPS Division of Facilities Design and Standards for review and possible approval 6 The placement of outdoor lighting for parking lots sidewalks and roadways shall be designed to avoid light pollution onto adjacent property The A E shall select outdoor light fixtures that shield the light from spilling beyond the area intended to be illuminated T Solar powered school speed zone flashing lights system shall be incorporated into the design of facilities The solar powered flashers shall comply with all Miami Dade County Public Works criteria and requirements END OF DESIGN STANDARDS 2008 SUPPLEMENT Design Standards 2008 Supplement January 2008 Page 38 of 39
37. time schedule and occupied and un occupied set points for VAV boxes AHU units and all mechanical systems The contractor shall not leave any mechanical systems permanently ON 24 7 Override temporarily the system 24 7 only after it is approved in writing by the M DCPS Energy Program staff or the M DCPS Project Manager Chiller Plant Request is activated when at least one AHU unit is activated in the building by regular schedule or by the override panel The chiller manufacturer shall provide a BACnet protocol gateway to connect the EMS system Note Flow safeties condenser and chilled water pumps start and stop by the internal chiller control panel System Schedule and Set Points Return air CO maximum in all locations set point levels shall comply with ASHRAE 62 1 2004 Program and activate the following minimum schedules to start stop mechanical equipment with active set points as follows A Occupied mode AHU Classrooms Supply air temperature occupied set point 55 F Design Standards 2008 Supplement January 2008 Page 30 of 39 January 2008 Monday Start at 5 00 AM Tuesday Friday Start at 6 00 AM Saturday none Sunday amp Holiday none Classroom occupied cooling set point Classroom occupied heating set point Classroom unoccupied set point Monday Friday Start at 7 00 AM Saturday none Sunday amp Holiday none Occupied mode office common areas Office occupied cooling set point Office occupied heatin
38. to terminate the contract for cause as well as for convenience by issuing a certified notice to the vendor COMPLIANCE WITH LAWS Bidders shall comply with all federal State of Florida and local laws applicable to it and the performance of its obligations under this bid XVII BACKGROUND SCREENING REQUIREMENTS In accordance with the requirements of Sections 1012 465 1012 32 and 1012 467 Florida Statutes School Board Rules 6Gx13 3F 1 024 and 6Gx13 4C 1 021 as amended from time to time Contractor agrees that if Contractor receives remuneration for services Contractor and all of its employees who provide or may provide services under this Contract will complete criminal history checks and all background screening requirements including level 2 screening requirements as outlined in the above referenced statutes and School Board rules prior to providing services to the School Board of Miami Dade County Additionally Contractor agrees that each of its employees representatives agents subcontractors or suppliers who are permitted access on school grounds when students are present who have direct contact with students or who have access to or control of school funds must meet level 2 screening requirements as described in the above referenced statutes and Schoo Board rules Pursuant to the 2007 amendments to the JLA enacted by the Florida Legislature requirements for certain fingerprinting and criminal history checks shall b
39. x 30 traffic rated hand hole The location and installation shall be coordinated with AT amp T Bellsouth All communication conduits shall be provided with properly identified pull strings that are of adequate length Ground conductors shall utilize their own dedicated conduits and not share any of the telecommunication conduits cable trays or raceways The A E shall clearly identify the location of the dialer for all fire alarm security and card access panels on the construction drawings The A E shall provide a 3 4 conduit homerun back to the nearest communication closet for each floor mounted data outlet It is not Design Standards 2008 Supplement January 2008 Page 23 of 39 16 acceptable to daisy chain the floor mounted outlets since the wiring will not fit in the conduits The A E shall provide a system of homerun conduits minimum 3 4 diameter to provide wireless connectivity throughout all buildings including specific areas such as the Administration Media Center Cafeteria Cafetorium Auditorium and all open courtyard areas The location of the raceways shall be determined by M DCPS Information Technology Services ITS during Phase III of the design The A E shall provide a_dedicated cable tray for sole use by M DCPS Information Technology Services ITS The dedicated cable tray shall be provided in each building leading from each communication closet and running the entire length of the corri
40. 09 Fence and Gates Furnish and Install District Wide ITEM DESCRI PTI ON OF ITEM ka UOM M khan Post for 8 high fence Installed as specified with footers caps top rail and all attaching hardware 48 End posts with braces 20 Each EA 49 i Corner posts with braces 30 Each EA 50 Pull posts with braces 10 Each EA 51 Double baffle 4 Each EA 52 Single baffle 4 Each EA 8 single swing gates installed as specified with gate posts braces hinges caps latches stops and keepers 53 3 wide gate opening 3 Each EA 54 4 wide gate opening 4 Each EA 55 6 wide gate opening 4 Each EA 56 8 wide gate opening 4 Each EA 8 double swing gates installed as specified with gate posts braces hinges caps latches stops and keeper 57 6 wide gate opening 4 Each EA 58 8 wide gate opening 4 Each EA 59 10 wide gate opening 4 Each EA 60 12 wide gate opening 4 Each EA 61 14 wide gate opening 4 Each EA 62 20 wide gate opening 4 Each EA 63 24 wide gate opening 4 Each EA 4 of 10 The School Board of Miami Dade County Florida Bid No 096 JJ09 Fence and Gates Furnish and Install District Wide ITEM DESCRIPTION OF ITEM EST QTY U
41. 1 Bidders must bid all items 1 through 171 in order to be considered for an award In the event the Primary awardee fails to perform the Board reserves the right to procure work from Alternate awardees and or request current market quotations from the pool of pre approved awardees The Primary and Alternate bidders will be utilized to establish a pool of pre approved vendors for non chain link fence work See Special Condition 2 B NON CHAIN LINK FENCE WORK Throughout the term of the bid as the need arises the awarded vendors will be requested to submit proposals for any single job exceeding the quotation threshold for ornamental fence and other non chain link fence projects Proposals will be evaluated and the lowest responsive and responsible bidder will be awarded the specific job M DCPS reserves the right to award to approved awardees any individual project whose cost is below the threshold established by Miami Dade County Public Schools Board Rule 6Gx13 3C 1 111 BIDDING PROCESS COMPETITIVE BIDDING REQUIREMENTS paragraph II B or any amendment thereof In the event contractor s are unable to perform M DCPS reserves the right to assign work to contractors awarded other contracts 3 NOTICE OF AGENCY DECISION A Notice of Agency Decision will be published on Procurement Management Services website for all Request for Quotations that exceed the current Invitation to Bid value threshold
42. 136 8 Fabric 1 000 LF LF 137 10 Fabric 500 LF LF 138 12 Fabric 500 LF LF 139 Removal of 3 strands barbed wire only 500 LF LF Removal and replacement of chain link fabric and barbed wire over 250 linear feet 140 4 Fencing 1 000 LF LF 141 6 Fencing 1 000 LF LF 142 8 Fencing 1 000 LF LF 8of 10 The School Board of Miami Dade County Florida Bid No 096 JJ09 Fence and Gates Furnish and Install District Wide 9 of 10 ITEM DESCRIPTION OF ITEM EST QTY UOM UNIT PRICE MFG MODEL NO 143 10 Fencing 500 LF LF 144 12 Fencing 500 LF LF 145 Removal of 3 strands barbed wire only 500 LF LF Installation of Temporary Fence 146 Install O to 250 linear feet 2 000 LF LF 147 Install over 250 linear feet 2 000 LF LF 148 Install O to 250 linear feet with barbed 2 000 LF ILF wire 149 Install over 250 linear feet with barbed 2 000 LF ILF wire Removal of Temporary Fence 150 Removal of 0 to 250 linear feet 2 000 LF LF 151 Removal of over 250 linear feet 2 000 LF LF 152 Removal of 0 to 250 linear feet with 2 000 LF ILF barbed wire 153 Removal of over 250 linear feet with 2 000 LF ILF barbed wire Core Drilling 154 4 Diameter 30 Each EA 155 6 Diameter 60 Each EA 156 8 Diameter 60 Each EA Bollard Traffic Control
43. 2009 THE SCHOOL BOARD OF MIAMI DADE COUNTY FLORIDA Procurement Management Services NOTICE OF PROSPECTIVE BIDDERS NO BID If not submitting a bid at this time for informational purpose only detach this sheet from the bid documents complete the information requested fold as indicated staple affix postage and return address and mail NO ENVELOPE IS NECESSARY NO BID SUBMITTED FOR REASON S CHECKED AND OR INDICATED Our company does not handle this type of product service We cannot meet the specifications nor provide an alternate equal product Our company is simply not interested in bidding at this time OTHER Please specify We do not want to be retained on your mailing list for future bids for this type or product and or service Signature Title Company NOTE Failure to respond either by submitting a bid or this completed form may result in your company being removed from the School Board s bid list To qualify as a respondent to the bid vendor must submit a NO BID 08 19 2009 22 59 7199 PAGE 02 63 FORMG 1 98 INDEMNIFICATION AND INSURANCE In consideration of this Contract if awarded the Vendor agrees without reservation to the indemnification and insurance clauses contained herein These clauses are attached to and form a part of Bid 096 1109 INDEMNIFICATION The Vendor shall hold harmless indemnify and defend the indemnitees as hereinafter defined against any claim action loss damage injury
44. 5 row aluminum bleachers at an appropriate location along the outside perimeter of the Design Standards 2008 Supplement January 2008 Page 21 of 39 track football field Provide a concrete pad for each bleacher and continuous sidewalks for ADA accessibility Auditorium seating shall have cast iron aluminum or 14 gauge steel stanchions Seat shall have steel pan with dual hinge system Tablet arms are only required in every other seat in the first five rows A 5 year manufacturers warranty shall be provided Code required aisle lighting shall be provided in a cost effective manner The light source must be located at the aisle not in the ceiling Strip lighting recessed into the concrete slab is not permitted Division 13 Special Construction 1 Interactive whiteboards and ceiling mounted digital projectors will be provided in all instructional spaces The A E shall provide the necessary communications conduits and electrical outlets to support the installation of these not in contract NIC items Prior to beginning design the Architect Engineer A E shall meet with the M DCPS Division of Facilities Design and Standards to obtain all of the current requirements for this installation When an interactive whiteboard and ceiling mounted projector is provided in an instructional space the TV together with its supporting bracket and the electrical outlet serving this device shall be eliminated The cable outlet shall remain but i
45. ATE CERTIFICATION Please provide information on the License Information and Reference Sheet included in this bid MIAMI DADE COUNTY PUBLIC SCHOOLS TO THE SCHOOL BOARD OF MIAMI DADE COUNTY FLORIDA BID PROPOSAL FORM FORMAT A BID BUYER PAGE 096 JJ09 Oretha Houser CPPB SC 7 Fence and Gates Furnish and Install District Wide SPECIAL CONDITIONS CONTINUED 29 DEFAULT In the event of default which may include but is not limited to non performance unauthorized product substitutions poor performance and or non compliance with warranty repairs the awardee s shall lose eligibility to transact new business with the Board for a period of fourteen 14 months from date of termination of award by the Board or pay liquidated damages as described in Instructions To Bidders VI AWARDS F DEFAULT The School Board of Miami Dade County Florida Bid No 096 JJ09 Fence and Gates Furnish and Install District Wide BID PROPOSAL FORM FORMAT B 1 of 10 Type or print the complete name of the Bidder in this box f NAME OF BI DDER Bid No 096 JJ 09 Title Fence and Gates Furnish and Install District Wide Buyer Oretha Houser CPPB ITEM DESCRI PTI ON OF ITEM EST QTY UOM UNIT PRI CE MFG MODEL NO Please list in the column below the manufacturer brand name you propose to provide with the installation service of each Items 1
46. C 1 21 delineates the policy regarding lobbyists Pursuant to this rule lobbyists shall complete annually a Lobbyist Registration Form and pay the annual registration fee The Board rule may be accessed at http wwwe dadeschools net schoolboard rules FM 3191 Rev 06 08 INSTRUCTIONS TO BIDDERS NOTICE OF ESTABLISHMENT OF A CONE OF SILENCE The School Board of Miami Dade County Public schools enacts a Cone of Silence from issuance of a solicitation to written recommendation of award All provisions of School Board Rule 6Gx13 8C 1 212 apply L IL PREPARATION OF BIDS A BIDDER QUALIFICATION FORM qualifies the bidder and the bid and must be completed and submitted as page 1 and 2 of the bid 1 PERFORMANCE SECURITY shall not be submitted with the bid The form of performance security the bidder will submit when required to do so must be furnished 2 BIDDER CERTIFICATION AND IDENTIFICATION Bid must contain an original manual signature from an authorized representative An unsigned bid will be considered non responsive B INSTRUCTIONS TO BIDDERS Defines conditions of the bid 4 ORDER OF PRECEDENCE Any inconsistency in this bid shall be resolved by giving precedence in the following order A Specifications B Special Conditions Instructions To Bidders 2 FOR M WBE designated bids The SPECIAL CONDITIONS MinocrityfWomen owned and controlled Business Participation Statement and the MAWVBE Certification Applica
47. COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM FORMAT A TO THE SCHOOL BOARD OF MIAMI DADE COUNTY FLORIDA BID BUYER PAGE 096 JJ09 Oretha Houser CPPB SC 5 Fence and Gates Furnish and Install District Wide 19 20 21 22 23 24 SPECIAL CONDITIONS CONTINUED NON EXCLUSIVITY CONTRACTS Purchases may be made at lower prices on other M DCPS bids State of Florida contracts and or other state local and political subdivision governmental contracts M DCPS reserves the right to bid or quote separately any item s if the awarded vendor s fail to perform or if deemed to be in the best interest of the School Board The Board reserves the right to award other contractors and or perform work herein described with its employees REFERENCES Bidder s are required to submit three letters of 3 references from past or present companies they have contracted with for the same type of work being solicited See License Information Reference Sheet References may be from other school districts or large establishments within the past thee 3 years and shall include name address contact person phone and fax numbers and length of contract in order to verify satisfactory performance Failure to do so may result in the bidder not being considered for award Unsatisfactory performance reports provided by references may result in the bidder not being awarded a contract CERTIFICATE OF COMPETENCY The bidder shall
48. Field Leak Test shall continue when all of the window installations have been completed for a building elevation or section of a building The A E shall select 10 of the total window area from each building section or elevation to conduct the Window Field Leak Test The 10 selected shall represent window assembles from all of the floors and locations within the test zone All of the procedures detailed above shall be followed when testing each window assembly selected by the A E Design Standards 2008 Supplement Page 16 of 39 Division 9 Finishes a Utilize carpet tiles such as Interface Academic or approved equal in lieu of broadloom carpet in spaces where carpet is required The A E shall submit product type and the specification for review and possible approval by M DCPS Division of Facilities Design and Standards When existing carpeting is being replaced the installer shall send all of the old carpeting materials to a recycling plant Do not send the old carpet to a landfill Linoleum tile and linoleum sheet flooring are acceptable in lieu of vinyl composite tile in spaces where VCT is required The A E shall submit product type and the specification for review and possible approval by M DCPS Division of Facilities Design and Standards Quartz tile flooring such as Rikett quart tile by Knight Premium or approved equal is acceptable in lieu of vinyl composite tile in spaces where VCT is required The A E shall submit pr
49. Lighting System Controllability 2007 B The exterior corridor lighting circuits shall be controlled through the EMS to provide two levels of illumination e Full illumination shall only be energized during periods of scheduled evening occupancy e At all other evening hours provide reduced level of illumination for security purposes The reduced level of illumination shall be in effect from sunset unless the facility is an Adult Education Center Community School The illumination level shall be the same as required for parking lots e The exterior lighting shall be controlled with an additional photocell sensor in series with the EMS control point by hardware or software Division 14 Conveying Systems 1 ThyssenKrupp Elevators are no longer an approved manufacturer to be used for M DCPS projects 2 The A E shall require in the construction documents that the elevator manufacturer provide a separate proposal for a five year maintenance contract for all of the elevators for the project along with the bid M DCPS will evaluate the proposal when the project has achieved Substantial Completion 3 Elevator pits shall be waterproof and designed to provide a dry pit area that includes the following A sump pit that is 18 in x18 in x24 in deep A sump pump Sump pit grating shall be galvanized steel or heavy duty fiberglass polyester The floor shall be level Metal ladder if pit is deeper than 3 0 Two moistu
50. MODEL NO 10 6 wide gate opening 10 Each EA 4 double swing gates installed as specified with gate posts braces hinges caps latches stops and keeper 11 6 wide gate opening 3 Each EA 12 8 wide gate opening 3 Each EA 13 10 wide gate opening 10 Each EA 14 12 wide gate opening 10 Each EA 15 14 wide gate opening 3 Each EA 16 20 wide gate opening 4 Each EA 17 24 wide gate opening 4 Each EA 4 rolling gates complete with gate posts braces caps latches stops and keepers 18 10 wide gate opening 4 Each EA 19 12 wide gate opening 4 Each EA 20 14 wide gate opening 4 Each EA 21 20 wide gate opening 4 Each EA 22 24 wide gate opening 4 Each EA 6 high chain link fence including top rail installed as specified except for end posts corner posts gates and gate posts bollards and baffles 23 Installations of O to 250 linear feet 4 000 LF LF 24 Installations over 250 linear feet 10 000 LF LF Post for 6 high fence Installed as specified with footers caps top rail and all attaching hardware 25 End posts with braces 39 Each EA 26 Corner posts with braces 78 Each EA 27 Pull posts with braces 20 Each EA 28 Double baffle 7 Each EA 29 Single baffle 7 Each EA The School Board of Miami Dade County Florida Bid No 096 JJ09 Fence and Gates Furnish and Install District Wide
51. OM UNIT PRICE MFG MODEL NO 8 rolling gates complete with gate posts braces caps latches stops and keepers 64 10 wide gate opening 3 Each EA 65 12 wide gate opening 3 Each EA 66 14 wide gate opening 3 Each EA 67 20 wide gate opening 3 Each EA 68 24 wide gate opening 3 Each EA 10 high chain link fence including top rail installed as specified except for end posts corner posts gates and gate posts bollards and baffles 69 Installations of O to 250 linear feet 500 LF LF 70 Installations over 250 linear feet 1 000 LF LF Post for 10 high fence Installed as specified with footers caps top rail and all attaching hardware 71 End posts with braces 10 Each EA 72 Corner posts with braces 10 Each EA 73 Pull post with braces 4 Each EA 74 Double baffle 4 Each EA 75 Single baffle 4 Each EA 10 single swing gates installed as specified with gate posts braces hinges caps latches stops and keepers 76 3 wide gate opening 3 Each EA 77 4 wide gate opening 3 Each EA 78 16 wide gate opening 3 Each EA 79 8 wide gate opening 3 Each EA 10 double swing gates installed as specified with gate posts braces hinges caps latches stops and keeper 80 6 wide gate opening 3 Each EA 81 8 wide gate opening 3 Each EA 82 12 wide gate opening 3 Each EA 5 of 10 The School Board of Miam
52. PECIFIER Delete the following unless colored fabric is specifically directed by the Board kkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk 7 Provide colored fabric only as required by Construction Documents and specified in Colored Fabric and Slats following B Standard 1 Wire strength ASTM A817 Table 2 2 Wire coating ASTM A123 Table 2 Coating Grade 85 3 Fabric ASTM A392 Class 2 zinc coating Do not use Class 1 1 2 oz ft C Producer 1 Master Halco 2 Merchants Metals 3 Stateside Steel and Wire 4 Equal product in quality and performance approved by A E and Board 2 4 FENCE POSTS CAPS AND FOOTING DIMENSIONS A Description Zinc galvanized round steel pipe and post caps 1 Steel pipe ASTM F1043 Group IC fy 50 000 Ib in 2 Donotuse Channel formed steel square steel pipe or aluminum posts 3 Zinc coat At least 1 8 oz ft hot dip galvanizing after forming ASTM A123 a Donotuse SS40 zinc coating 4 Postloop caps Provide on line posts and where needed to let top rail pass 5 Post dome caps Provide on corner end pull and gate posts 6 Pipe size convention Nominal pipe size NPS ASME ANSI B36 10 B Standards 1 Post galvanizing ASTM A123 Table 2 Coating Grade 85 2 Postdimensions ASTM F1083 Table 1 Standard Weight Schedule 40 3 Fence post sizes ASTM F1043 from Table 3 or larger as specified 4 Gate post sizes ASTM F567 from Table 2 or larger as specifed C Line Post Size Schedule
53. PS Design Criteria 6 Provide Cylinder Dogging CD on non fire rated exit devices Cylinder dogging uses a regular key cylinder keyed to the school master key system instead of the common hex dogging key 7 Heavy duty aluminum storefront and entrances are now allowed for all M DCPS projects The locations for the aluminum storefront and entrances must be approved by M DCPS Division of Facilities Design and Standards on a per situation basis The following are mandatory requirements for lites and doors up to 3x9 feet 4x7 feet or 25 30 SF with frames no less than 4 1 2 inch deep A The aluminum thickness for framing members shall be no less then 0 125 inch B The aluminum finish shall be AAMA 2605 PVDF coating not powdercoat or anodized C The entrance doors shall swing out with a gasketed threshold not a saddle D Storefront and entrance assembly with current Miami Dade BCCO NOA shall be used E The storefront and entrance assembly shall have wind pressure resistance at least 100 PSF both negative and positive pressure F The storefront and entrance assembly shall have large and small missile impact rating G The entrance doors shall have an air intrusion less than 0 8 cf min ft 6 24 PSF Design Standards 2008 Supplement January 2008 Page 13 of 39 H The storefront and entrance doors shall have no water intrusion at 15 0 PSF as per ASTM E331 All entrance doors must pass AAMA 1302 5 forced entry test as well
54. R 2 11 HORIZONTAL SLIDE CHAIN LINK GATE A Description Galvanized steel pipe framed gate shop assembled and welded With shop attached chain link fabric guides hardware and aids to operation 1 Gate height and gate fabric Match adjacent fence 2 Size of frames and bracing At least NPS 2 OD 2 375 in 0 145 in wall thickness ASTM F1083 Table 1 Standard Weight Schedule 40 3 Zinc coat At least 1 8 oz ft hot dip galvanized after forming ASTM A123 4 Coat welds with specified zinc repair compound 5 Tracks and guides for manual operation With wheels above or below as will open and close gate easily SPECIFIER In some rare cases a mechanized gate may be required by Educational Specifications Complete and add to the following as needed Otherwise delete what follows Mechanized gates are most often either card push button or radio controlled which you must coordinate with designing a properly sized electric power outlet near the gate s operating equipment If qualified sources are known add a Product Producer paragraph as C below Also coordinate with signage and the security system for the facility Add Special Warranty provisions to PART 1 in format similar to other warranties Write appropriate mechanized gate installation language in PART 3 of this section 6 Mechanized operation 7 Speed of operation At least 40 ft minute 8 Wheels Permanently lubricated galvanized steel with solid rubber tires 9 Card cont
55. S Project Manager present The Window Field Leak Test sequence that shall be conducted as follows A January 2008 The test shall be performed after the first factory glazed operable window assembly has been installed at the site The window assembly shall follow all of the requirements in the Contract Documents After the assembly has been approved and met all of the requirements for the Window Field Leak Test it shall be used as the standard window mock up The goal is to determine as early as possible if the installation is being done correctly and to let the installer apply what is learned to succeeding window installations The test will identify leaking within the window and leaking between the window and the surrounding construction An outside consultant or an M DCPS Test Lab is not required to conduct the test The contractor and the installer shall conduct the Window Field Leak Test The A E and M DCPS Project Manager will witness and report the test results A hose and a nozzle shall be utilized to conduct the test The contractor shall conduct the test and as many re tests of the initial window assembly as needed until a leak free installation is attained After the 2 failed test the contractor may be back charged for all tests at the discretion of M DCPS Project Manager At the start of the test the glazed window assembly shall have been shimmed and fastened in the opening over blocking
56. Services BIDDER QUALIFICATION FORM BUYER NAME BID NO 096 JJ09 O HOUSER CPPB E MAIL ADDRESS ohouser dadeschools net BID TITLE Fence and Gates Furnish and Install SHON wos aseoeie District Wide FAX NUMBER 305 523 2217 THE SCHOOL BOARD OF MIAMI DADE COUNTY FLORIDA SCHOOL BOARD ADMINISTRATION BUILDING 1450 Northeast Second Avenue Miami FL 33132 Direct all inquiries to Procurement Management TDD PHONE 305 995 2400 Bids will be accepted until 2 00 PM on September 24 2009 in room 351 School Board Administration Building 1450 NE 2nd Avenue Miami FL 33132 at which time they will be publicly opened Bids may not be withdrawn for __180 ___ days after opening Refer to Instructions to Bidders para IV B The submission of the bid by the vendor acceptance and award of the bid by The School Board of Miami Dade County Florida and subsequent purchase orders issued against said award shall constitute a binding enforceable contract Unless otherwise stipulated in the bid documents no other contract documents shall be issued Mailing Address Telephone No E mail Address BIDDER CERTIFICATION AND IDENTIFICATION A I certify that this bid is made without prior understanding agreement or connection with any corporation firm or person submitting a bid for the same materials supplies or equipment and is in all respects fair and without collusion or fraud agree to abide by all conditions o
57. ain Link Fence Framework 11 F1083 08 Pipe Steel Hot Dip Zinc Coated Welded for Fence Structures 12 F1184 05 Industrial and Commercial Horizontal Slide Gates CP Ae Se B American Society of Mechanical Engineers ASME American National Standards Institute ANSI joint standard 1 B36 10 Welded and Seamless Wrought Steel Pipe 1 3 SUBMITTALS Follow 01330 A Product Data 1 Chain link fence and components including producer s installation instructions 2 Schedule of treatment primer and enamel for painting bollards as selected from the MDCPS Paints approved list 3 Draft of Special Warranty from chain link fence amp gates producer to Board replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 1 B Shop Drawings Layout and details of corner end post gate gate post and baffle construction including types and sizes of members fabric fastenings and fittings 2 Show gate leaf sizes and bracing gate swings which items of hardware are welded to gate leafs in shop and the location of keepers and stops at end of swing 3 Show closer spacing of posts where narrower bays are needed to keep sloping bottom rails close to sloping grades Identify any bays where tension wire has been approved by A E Show the location of items of bollard protected equipment that are within 10 ft of the new chain link fence then show site specific bollard quantit
58. approval The A E shall incorporate all of the comments from the Landscape Maintenance staff into the Construction Documents prior to bidding the project The irrigation contractor shall request an inspection from M DCPS Facilities Maintenance Operation staff 305 995 7849 before the system has been completed The A E shall request a Punch List Inspection from the Landscape Maintenance staff when the project has achieved Substantial Completion The final operational tests for the irrigation equipment and all irrigation zones shall be performed by the contractor and witnessed by the A E and the M DCPS Landscape Maintenance staff When providing irrigation for any playfield or athletic field area at an existing facility the designer shall investigate with MDCPS Facilities Maintenance Operations to determine if an existing usable pump station is on site This will avoid duplication of wells and pump stations If there is no usable pump station then utilize one of the specified pump stations from Hoover or approved equal for the area The size of the pump station will be determined by the size of the area to be irrigated The A E shall place fencing around the school site to utilize portions of the buildings as the perimeter barrier to minimize the fencing around the property The A E shall avoid situations where there is a double fence for athletic fields and the perimeter fence within a few feet of the property line Division 3 Concrete D
59. approved equal shall be used for all penetration flashings All roof penetrations shall extend a minimum of 14 inches 18 inches minimum for mechanical supports above the finished roof surface even at crickets Scupper gutters and downspouts shall be made of stainless steel Copper flashing shall be used at roof drain flanges and no lead will be permitted anywhere Fasteners must be removable for ease of maintenance All base flashing shall consist at a minimum of a 2 ply polyester reinforced styrene butadiene styrene SBS system compatible with the field membrane being used Wrap and cap all parapet walls with a 2 ply torch grade polyester reinforced styrene butadiene styrene SBS modified system compatible with the field membrane being used The parapet wall shall be primed prior to installation of the wall flashing Picture frame the inside and outside of all working and overflow scuppers Install sealant throughout prior to installing the collector head At tilt up wall construction no roof scupper shall be placed at a tilt wall panel joint Gutters shall have rollover straps installed at 30 inches on center Joints shall be soldered Liquid gutter seal is not allowed Design Standards 2008 Supplement January 2008 Page 10 of 39 18 19 20 21 22 23 24 20 26 27 Wood nailers are not allowed in the roof assembly at perimeter edge expansion joints coping curbs cants etc Use Alternati
60. as for use as play fields and for future building expansion 6 In renovations and remodeling consult with the school s Administrative Staff to consider retaining items having historic value 7 The NIC FF amp E list identifies the furniture fixtures and equipment supplied by M DCPS The A E shall develop a comprehensive layout plan that contains all In Contract IC and Not In Contract NIC FF amp E items This layout shall provide and be coordinated with all utility requirements serving these items A copy of the layout at 1 4 inch 1 foot scale shall be provided to M DCPS for their review and approval no later than at Phase II Design Review All electrical systems and plumbing drawings shall be checked and coordinated with the FF amp E Plans during the Phase Matrix Review Meetings 8 Deviations from M DCPS Design Standards during design or construction require proper justification in writing to M DCPS Facilities Design and Standards for review and possible written acceptance prior to implementation The A E shall submit to the M DCPS Project Manager at each design Phase a letter certifying that the design documents comply with M DCPS Design Standards Any previously approved deviation or substitution shall be identified in this letter from the A E 9 All requests for substitutions approved equals or deviations from M DCPS Design Standards shall first be reviewed by the Architect of Record and the Design Criteria Profes
61. as the Miami Dade test J The entrance door hardware shall be selected from sources acceptable to MDCPS Lock Division with 3 point door locking closers with proven long service life and solid brass or stainless steel hinges K Impact resistant glazing shall be used equal to or of higher quality than the quality specified for impact resistant windows in the project 8 Impact resistant glazed window units are now permitted for all projects Metal louvered windows may still be specified for schools when appropriate The use of either window type needs to be studied by the A E and approved by M DCPS Division of Facilities Design and Standards on a per situation basis The A E shall submit the proposed impact resistant window unit manufacturer and window type with specifications for review and possible approval by M DCPS Division of Facilities Design and Standards The A E should strive to design window units that are standard architectural sizes for ease of replacement whenever possible The A E should minimize the use of decorative unusually shaped fixed units such as octagon shaped and porthole windows The following are mandatory requirements for the impact resistant glazed window units A The impact resistant windows shall be aluminum with a minimum 4 inch wide aluminum flange that runs around 100 of the perimeter It is mandatory that the unit shall be set in a full bed of sealant against the lip in the concrete or masonry openin
62. ay from posts D Gate Posts and hardware Set keepers stops sleeves and Project Name M DCPS MASTER Jan 04 Project No SPECIFICATION GUIDELINES 02832 4 other accessories into concrete E Surface mount wall mount posts with mounting plates where indicated Fasten with lag bolts and shields F Check each post for vertical and top alignment and maintain in position during placement and finishing operation G Align fence panels between posts Firmly attach rail brackets to posts with 1 4 inch bolt and lock nut ensuring panels and posts remain plumb 3 03 GATE INSTALLATION A Install gates plumb level and secure for full opening without interference B Attach hardware with tamper resistant fasteners C Adjust hardware for smooth operation 3 04 ACCESSORIES A Install post caps and other accessories to complete fence B Clean up debris and unused material and remove from site END OF SECTION Project Name M DCPS MASTER Jan 04 Project No SPECIFICATION GUIDELINES 02832 5 DESIGN STANDARDS SUPPLEMENT January 2008 ae Miami Dade County Public Schools giving our students the world M DCPS Design Standards 2008 Supplement The purpose of this Supplement is to provide Architects Engineers Construction Managers Executive Directors Project Managers etc a list of new requirements and clarifications of existing requirements represented in the latest version of M DCPS Master Specification Guid
63. be downloaded at http procurement dadeschools net Bidder Service Representative Street Address Local Business Tax Receipt formerly Occupational License Effective Date Number If applicable for this Trade Certificate of Compentency Local or State License Provide copy of Drivers License if picture is not displayed on certificate Please enclose with you bid 3 References Have you completed the Vendor Information Sheet inside the bid package Did you enclose the ORIGINAL copy of the BIDDER QUALIFICATION FORM Company State License Number Please list below the names of the 3 le Contact The School Board of Miami Dade County Florida License Information Reference Sheet Zip Code Effective Expiration Date Check here if attached n i ith i Email Phone Fax URL Years in Business OTHER OPPORTUNITIES M WBE and Related Services Business Development and Assistance 305 995 1490 Y YES or N NO Are you interested in becoming a M DCPS Pre qualified Contractor Are you interested in becoming a M DCPS certified Minority Women Business Enterprises M WBE vendor MIAMI DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM FORMAT A TO THE SCHOOL BOARD OF MIAMI DADE COUNTY FLORIDA BID BUYER PAGE 096 JJ09 Oretha Houser CPPB SC 1 Fence and Gates Furnish and Install Distr
64. bove the finished roof surface required by the Florida Building Code FBC and M DCPS Division of Roofing requirements Use of lead flashing is not allowed anywhere in the roof system assembly At the drains use 16 ounce 30 inch by 30 inch malleable copper flashing At penetrations use stainless steel SBC flashing or equal Roof hatches shall be installed so the lift handle is located on the ladder side of the hatch All curbs shall have a 12 inch per foot cricket on the upside slope of the curb Design Standards 2008 Supplement January 2008 Page 11 of 39 28 29 30 Provide downspouts for rainwater disposal from the roof Provide gutters and downspouts at the edge of the roof perimeter Built in gutters behind parapets and parapet top gutters are not allowed Interior drains are not permitted unless approved by M DCPS Division of Facilities Design and Standards on a per project basis For multistory buildings downspouts shall be stainless steel from the roof down to 9 feet above grade The stainless steel downspouts shall enter into schedule 80 PVC downspouts 9 feet above grade The downspout shall be connected to an underground drainage system sized to meet the rainwater requirements from all of the roof decks Clean out provisions shall be provided at the location where the downspout is connected to the underground drainage system Offset the downspout a minimum of 12 inches from any vertical joint which may require maint
65. clude braces Each EA Footings shall be 3 6 deep Install corner posts which shall be 4 0 168 jloutside diameter and include braces Each EA Footings shall be 3 6 deep Install pull posts which shall be 4 0 169 loutside diameter Footings shall be 3 6 Each EA deep Miscelleanous Not In Contract NIC work The Assumed quantities shown below are to establish an estimated budget value for incidental to chain link fence projects NIC work ee oa ASSUMED 170 pre i LABOR PER HOUR incidental to fence projects BIDDER HOURS SHALL NOT BID MULTIPLE RATES Single firm fixed materials cost ASSUMED 171 percentage mark up BIDDER SHALL NOT MATERIALS a MARK UP ON MATERIAL BID MULTIPLE RATES COST 10 of 10 02830 CHAIN LINK FENCES AND GATES Specifier This section replaces 02831 2004 It reflects significant changes in and additions to ASTM documents in recent years that relate to chain link fence and gates It does not include fabric screens attached to some chain link fences at locations such as tennis courts Any kind of permanent screen added to a chain link fence should be analyzed by a structural engineer so that breakaway in 70 mph winds can be ensured and increased post sizes specified as needed However plastic slats as sometimes inserted in chain link fabric at primary play yards or to screen mechanical equipment can be specified here Only protective bollards that are within 10
66. condition of employment with XIX XX XXI XXII Contractor in relation to performance under this Bid RFP agreeing that the employee will abide by the heretofore described background screening requirements and also agreeing that the employee will notify the Contractor Employer of any arrest s or conviction s of any offense enumerated in School Board Rules 6Gx13 3F 1 024 and 6Gx13 4C 1 021 within 48 hours of its occurrence Contractor agrees to provide the Board with a list of all of its employees who have completed background screening as required by the above referenced statutes and who meet the statutory requirements contained therein Contractor agrees that it has an ongoing duty to maintain and update these lists as new employees are hired and in the event that any previously screened employee fails to meet the statutory standards Contractor further agrees to notify the Board immediately upon becoming aware that one of its employees who were previously certified as completing the background check and meeting the statutory standards is subsequently arrested or convicted of any disqualifying offense Failure by Contractor to notify the Board of such arrest or conviction within 48 hours of being put on notice and within 5 business days of the occurrence of qualifying arrest or conviction shall constitute grounds for immediate termination of this Contract by the Board The parties further agree that failure by Contractor to perfo
67. datory pre bid conference will be held Wednesday September 9 2009 at 9 30 a m in Maintenance Operations Training Center 12525 NW 28 Avenue Miami Florida Pre Bid Conference attendance by the bidder or his qualified representative is highly encouraged Questions regarding the bid contents will be addressed at the Pre Bid Conference 7 ESTIMATED QUANTITIES The estimated quantities provided in the bid proposal are for bidder s guidance only No guarantee is expressed or implied as to the quantities that will be used during the contract period The School Board of Miami Dade County Florida is not obligated to place an order for any given amount subsequent to the award of this bid Estimates are based upon M DCPS s actual needs and usage during a previous contract period and include an additional ten 10 percent to cover unanticipated increases in requirements MIAMI DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM FORMAT A TO THE SCHOOL BOARD OF MIAMI DADE COUNTY FLORIDA BID BUYER PAGE 096 JJ09 Oretha Houser CPPB SC 3 Fence and Gates Furnish and Install District Wide 8 10 1 ad 12 13 SPECIAL CONDITIONS CONTINUED ESCALATION DE ESCALATION CLAUSE Subsequent extensions of this contract shall incorporate a cost escalation decrease as measured by the Construction Cost Index CCI published in the Engineering News Record This escalation decrease shall be equal to the percenta
68. dors Under no circumstances shall the Contractor use this cable tray for placement of in contract wiring The next group of items for Division 13 is new requirements for the Security Camera System SCS The A E shall comply with all of the new Design Standards for the SCS Prior to beginning the design for the System the A E shall meet with M DCPS Division of Facilities Design and Standards to obtain the appropriate updated Master Specification Guideline sections 17 Provide the required provisions for a not in contract NIC security camera system SCS with a minimum number of camera locations as follows A Primary Learning Centers 12 B Early Childhood Centers 20 C Elementary Schools 48 D K 8 Centers 64 E Middle Schools 64 F Senior High Schools 120 G Additions amp Modular Buildings Quantities will vary depending on the projects scope Note Quantities indicated above are approximate and will vary depending on the scope of work and design solution for the facility The location and camera quantities shall be coordinated with the M DCPS Police Region Office Principal and the M DCPS Capital Task Force prior to bidding The location and camera quantities shall be reviewed and approved by M DCPS during the Phase III review The SCS Control Room shall be a minimum of 8 wide x 12 long The room finishes shall be the same as that of a typical Administration office Designate an 8 0 wide wall area from
69. ds 2008 Supplement January 2008 Page 27 of 39 EMS CE when the project has achieved Substantial Completion The final operational tests for the EMS equipment shall be performed by a certified factory trained technician employed by or under the direct supervision of the EMS equipment manufacturer and the EMS CE 41 The EMS shall be microprocessor based and include the following elements A All hardware and software provided shall conform to BACnet January 2008 ASHRAE standard 135 2004 to promote interoperability between all building subsystems For each BACnet device the device supplier must provide a PICS document showing the installed device s compliance level The minimum compliance that is acceptable is Level 3 with the ability to support data read and write functionality All BACnet products must be approved by BTL BACnet Testing Lab The physical connection of the BACnet devices shall be via Ethernet The control system shall be supplied with a complete web enabled package hardware and software The system shall support multiple users using standard web browsers such as Internet Explorer and Netscape The web server software shall operate on standard industry PC servers A manufacturer web server controller is also acceptable Web browser software shall be manufactured by the control system manufacturer and shall have the same look and feel as the operating system Third party web software is not acceptable
70. ds for the Card Access System Prior to beginning the design for the Card Access System the A E shall meet with M DCPS Division of Facilities Design and Standards to obtain the appropriate updated Master Specification Guideline sections 29 30 31 32 Provide a microprocessor card access control system in all new construction and designated renovation projects to monitor and control access to specific program areas requiring frequent after hours access Coordinate the location for the card access entry point with the M DCPS Project Manager and the M DCPS Lock Shop Card access control system shall be separate from the intrusion detection system and shall interface with the fire alarm system Card access shall be provided for all new construction and designated renovation projects for the following program areas A Administration B Media Center C Kitchen Card access control system shall include A A proximity card reader installed adjacent to the designated entrance into the program areas An intrusion detection keypad shall also be located within 5 feet of each designated entrance door B All perimeter doors both interior and exterior leading to each of the program areas shall be provided with magnetic locks controlled by the card access system An LED display panel shall be located within 5 feet of the entrance door designated with the intrusion detection keypad into each program area to monitor the conditio
71. e claimed by unsuccessful bidders 14 days after bid award date and by successful bidders 14 days after final payment but the Board will assume no responsibility for samples not claimed within the time specified and it will pay for no samples damaged in testing G EVALUATION AND TEST RESULTS if a sample submitted for testing does not comply the buyer will advise the bidder to contact Materials Testing and Evaluation for further details IX SUBSTITUTIONS Should the bidder find it necessary to use a material equipment product or system other than specified the bidder shall secure from the Board through Procurement Management Services written approval for the use of the alternate materials equipment product or system The Board is not obligated to approve requests for substitutions and has the discretion to require the bidder to provide the materials as specified in the bid documents In no case shall the bidder be entitled to additional time and or money arising out of the Board s failure to approve requests for substitutions X PACKAGING A If packaging is different from that specified the bidder must note the manner and amounts in which packaging is to be made otherwise the successful bidder shall furnish packaging as specified All packaging wrapping and bundling shall be adequate to insure that Page 3 materials will be received in undamaged condition The Board assumes no responsibility for damages of any kind incurred i
72. e in contract IC icemaker shall be equipped with a water filter The ice maker production capacities for the Cafeteria Kitchens are as follow A PLC ECC 200 Ibs B MLC 400 Ibs C Elementary 500 Ibs D Middle K 8 and Senior 750 Ibs The Cafeteria Kitchen designer shall replace the fryer units from the 2004 Design Criteria with moisture plus double stack ovens In addition to a utensil rack the Cafeteria Kitchen designer shall provide an under and over shelf on all stainless steel worktables that contain a sink Channel mount the utensil pot rack to the two compartment and three compartment sinks in lieu of wall mounting the rack The utensil pot rack shall be installed at a height that is practical for the average 5 5 food service employee Design Standards 2008 Supplement January 2008 Page 20 of 39 20 21 22 23 24 25 The Cafeteria Kitchen designer shall specify that the contractor is to keep all stainless steel equipment tables sink tables and serving lines completely covered and protected to avoid scratches from tools and machinery during construction The contractor shall buff out any scratches prior to Substantial Completion The Cafeteria Kitchen designer shall specify foot pedal operated hand sinks in lieu of electric or battery operated hand sinks The Cafeteria Kitchen designer shall specify paper towel and soap dispensers at all hand sinks The Cafeteria Kitchen design
73. e inapplicable to non instructional contracted personnel who qualify for exemption from level 2 screening requirements as provided under 1012 468 Fla Stat 2007 In addition the provisions of 1012 467 Fla Stat 2007 are incorporated herein by reference and any provisions of this section that may be inconsistent with contrary to or determined to be in conflict with 1012 467 will be superseded by said statute A noninstructional contractor who is exempt from the screening requirements set forth in 1012 465 1012 468 or 1012 467 Florida Statutes is subject to a search of his or her name or other identifying information against the registration information regarding sexual predators and sexual offenders maintained by the Department of Law Enforcement under 943 043 and the national sex offender public registry maintained by the United States Department of Justice Contractor will not be charged for this search Further upon obtaining clearance by Board if Board deems necessary Board will issue a photo identification badge which shall be worn by the individual at all times while on Board property when students are present Contractor agrees to bear any and all costs associated with acquiring the required background screening including any costs associated with fingerprinting and obtaining the required photo identification badge Contractor agrees to require all its affected employees to sign a statement as a
74. ect Manager will make a recommendation to Procurement Management Services to initiate default proceedings SUBMITTAL OF PROPOSALS FOR WORK Proposals submitted throughout the term of the bid for individual projects must contain the name of school or facility bid number 096 JJ09 quantity bid line item number if applicable description price as bid and proposal number if applicable Any deviation from this requirement may result in the rejection of proposal for review and or acceptance The originating department will reflect the requested information on the purchase requisition generated for the project MIAMI DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM FORMAT A TO THE SCHOOL BOARD OF MIAMI DADE COUNTY FLORIDA BID BUYER PAGE 096 JJ09 Oretha Houser CPPB SC 6 Fence and Gates Furnish and Install District Wide 25 26 27 28 SPECIAL CONDITIONS CONTINUED INVOICING AND PAYMENT The payment terms of the District are Net 30 N 30 days after receipt and acceptance of work performed Invoices are requested to contain the purchase order release number bid number 096 JJ09 quantity bid line item number description price as bid and proposal number if applicable See Specifications PART 1 INVOICING 1 12 All original invoices must be sent to the Project Manager for review and release of payment Any deviation from this requirement may result in the rejection of your invoice for
75. eet for every project Formal LEED certification will only be required if the A E is commissioned for this activity on a per project basis 2 M DCPS concern for recycling and other environmental matters applies to all building products and their manufacturing processes Materials or manufacturing processes harmful to the environment should be avoided if possible M DCPS encourages the use of recycled materials and products The A E shall specify such items wherever feasible Do not specify woods from endangered rain forests or other environmentally sensitive regions Do not specify materials capable of releasing formaldehyde mercury mineral spirits or any other toxins irritants or Design Standards 2008 Supplement January 2008 Page 1 of 39 volatile organic compounds VOC s Laminated plastics shall not contain toxic adhesives 3 Products that are Energy Star qualified may be evaluated and presented to M DCPS Division of Facilities Design and Standards for consideration and possible approval See www energystar gov for description of this EPA DOE initiative that applies to some windows doors roofs appliances water coolers and lighting items 4 The design of a facility shall make use of Frugal Construction Standards issued by SMART Schools Clearinghouse except as noted in M DCPS Design Standards 5 To the greatest extent possible the A E shall develop a compact building footprint and provide the largest possible open green are
76. elieved of any further obligations under this contract E PURCHASE ORDERS mailed to successful bidders are the official notification to deliver materials described therein and the time allowed for delivery begins with the date of the purchase order In the event that the successful bidder fails to deliver the materials in accordance with the terms and conditions of the bid and purchase order the bidder shall be considered to be in default of the contract and subject to the default provisions stated in Section VI F F DEFAULT A vendor who fails to perform according to the terms of the contract bid shall be considered in default In the event of default which may include but is not limited to poor performance and or non performance a vendor shall either 1 pay liquidated damages of 10 percent of the unit price of the item s awarded times the quantity when no purchase order has been issued 10 percent of the purchase order when a purchase order has been issued or 100 whichever is greater or 2 lose eligibility to transact new business with the Board for a period of 14 months from date of termination of award by the Board Bidders that are determined ineligible may request a hearing pursuant to Chapter 120 of the Florida Statutes and School Board Rule 6Gx13 8C 1 064 The School Board reserves the right to reject any and all bids from a Vendor who is currently debarred or in default of any bid purchase order or contract with the School
77. elines 2004 Design Criteria 2004 and Educational Specifications These items shall be implemented in all projects that have not yet completed phase one design For projects in phase two or three design or in construction each item shall be reviewed and implemented at the discretion of the appropriate M DCPS Capital Construction Region Executive Director Questions should be directed to the Division of Facilities Design and Standards at 305 995 4575 General Considerations 1 Miami Dade County Public Schools M DCPS recognizes the importance of Green Sustainable High Performance Building initiatives such as Collaborative for High Performance Schools CHPS and Leadership in Energy and Environmental Design LEED established by the U S Green Building Council USGBC These initiatives serve as a guide and reference for building owners designers and builders to ensure that future buildings increasingly incorporate the best practices that will in time lead to a sustainable environment for all M DCPS urges architects engineers design professionals contractors and others to utilize these concepts in all M DCPS facilities M DCPS expects the project team to propose Green Sustainable High Performance Building concepts products materials equipment construction methods and other related factors for review and approval even if they differ from the M DCPS Design Standards The Architect Engineer A E shall maintain a LEED score sh
78. enance The downspouts are to be held to the building by bolted stainless steel straps at 4 0 on center The downspouts shall receive an elastomeric coating that matches the wall color of the building The downspout is only permitted to discharge onto the ground surface at existing facilities that have no existing underground drainage system If there is no underground system the downspout shall have a 45 degree angle at the bottom and it shall discharge to a poured in place concrete pad Should it discharge to another roof surface it shall discharge to a pre cast splash block set on a traffic pad or salvage sheet Do not use ductile iron for the downspouts Fixed external transfer ladders are allowed between roof decks only when approved on a per condition basis by M DCPS Division of Facilities Design and Standards They shall not be anchored to the roof deck nor shall they rest on the roof surface The lowest ladder anchor shall be at least 18 inches above the roof surface The transfer ladders shall extend down both sides of the parapet that separates the two roofs whether the roofs are at different levels or the same The ladder shall terminate 1 foot above the roof surface At the roof surface below the termination of each ladder a walkway pad shall be provided that is large enough for setting down tools and allow the user to get on or off the ladder The transfer ladder shall have a platform at the point of transfer over the top of the para
79. enter base cabinets for the Primary Classrooms Kindergarten Classrooms and Pre Kindergarten Classrooms so that the counter top height is 2 2 AFF The Classroom Service Center base cabinets for the Intermediate Classrooms shall have a counter top height that is 2 6 AFF Consult the individual Educational Specification for additional information for the Classroom Service Centers Division 7 Thermal and Moisture Protection The new Design Criteria and Master Specification Guidelines will document radical changes in roof design and construction The following paragraphs summarize many of these new requirements f Scope of Roof Assembly The A E shall specify that the roof assembly is the responsibility of the roof membrane producer and the roof installer under a 20 year special warranty The roof assembly is everything above the structural roof deck including the downspouts and rain leaders Design Standards 2008 Supplement January 2008 Page 8 of 39 2 All wood shall be eliminated from the roof assembly Instead of wood all blocking shall be made of galvanized steel of constant thickness throughout The galvanized steel blocking allows for torch application of the roofing instead of hot mopping This will eliminate messy kettles bitumen at temperatures that are too low and asphalt spills on new masonry and tilt up walls 3 Prior to issuance for bidding or negotiation the roofing specifications and details
80. er may seek an administrative hearing pursuant to 120 57 Fla Stat Petitions for hearing pursuant to 120 57 Fla Stat must be filed in accordance with School Board Rule 6Gx13 8C 1 064 VI AWARDS A RESERVATION FOR REJECTION OR AWARD The Board reserves the right to reject any or all bids to waive irregularities or technicalities and to request rebids The Board reserves the right to award on an individual item basis any combination of items total low bid or if an alternate bid is accepted on such terms as are specified for the alternate bid whichever manner is in the best interest of the Board The Board reserves the right to utilize other governmental contracts if in the best interest of the Board B NOTIFICATION OF INTENDED ACTION will be posted on the District s website no later than the Friday preceding a regularly scheduled Board meeting Page 2 VIL C OFFICIAL AWARD DATE Awards become official upon the Board s formal approval of the award D TERMINATION FOR CONVENIENCE The Board reserves the right to terminate this contract at any time and for any reason upon giving thirty 30 days notice to the other party If said contract should be terminated for convenience as provided herein the Board will be relieved of all obligations under said contract The Board will only be required to pay that amount of the contract actually performed to the date of termination Upon such payment both parties shall be r
81. er shall be named as the entity issuing the limited warranty in the interest of the Board c In satisfying the warranty the manufacturer shall provide material replacing rusted components without paying for delivery tax or the labor of removing replacing 2 Special Warranty period duration From date of Substantial Completion of the Work until 12 years after that date C Exceptions 1 Damage from improper design or use accidents acts of God and abuse 2 Only components with color powdercoat finish supplied by the chain link fence and gates manufacturer are covered under this warranty PART 2 PRODUCTS Follow 01600 2 1 CHAIN LINK FENCE AND GATES 02830 clf A Description 1 Fence and baffles Steel chain link fabric on galvanized steel pipe posts with other steel pipe framing such as rails and bracing with wires and fastenings and steel or iron fittings all items galvanized 2 Gates Steel chain link fabric on welded steel pipe frames and bracing with fastenings and steel hardware all items galvanized 3 Bollards associated with fence work Concrete filled galvanized pipe painted with concrete foundations Other bollards are specified in 05500 4 Chain link fence and gate work also includes only when and to the extent shown in the Construction Documents such items as colored chain link fence fabric colored slats barbed wire and horizontal slide gates 2 2 TEMPORARY FENCING 02830 tclf A Posts and Bracing
82. er shall specify that all paint plaster and stains are to be removed from the quarry tile floors and baseboard in the food service areas prior to Substantial Completion The Cafeteria Kitchen designer shall specify that the floor area under the serving lines and roll thru heated refrigerated units shall be level The Cafeteria Kitchen designer shall specify that floor drains be placed so that water does not pond in any area The designer shall require that a flood test be performed to assure that there is no ponding All stub ups and floor drains must be placed and installed so that they are not a trip hazard Proper curbing shall be specified around all stub ups and floor mounted electric and data boxes in the food service areas The Cafeteria Kitchen designer shall specify that the contractor is to provide all of the keys for the drawers and all the equipment manuals for the Food Service Manager when the project achieves Substantial Completion The Cafeteria Kitchen designer shall specify that the serving lines will contain heated sections under the hot wells and refrigerated sections under the frost top and cold pans A dome cover with integral handle shall be installed for each hot well section The kitchen hood shall be designed so that the fresh air in take does not blow directly onto the user when they are standing in front of the hood Division 12 Furnishings 1 Provide four 4 permanently mounted 20 0 long
83. es A qualified acoustics professional accepted by M DCPS shall design the acoustic treatment for the Gymnasiums according to all acoustical requirements Provide a 4 x 8 or 8 x 8 construction sign at all new schools and additions prior to the start of construction Obtain the size requirements sample layout and additional requirements from the M DCPS Project Manager Low speed gunpowder activated fasteners may be used for limited uses on M DCPS Construction Projects They shall not be used as the main support for construction elements located over head They may be used to fastened electrical conduits up to 1 1 4 in diameter and miscellaneous electrical fixtures and electrical panels For any other usage approval must be obtained from M DCPS Facilities Design and Standards on a per project basis In Remodeling Projects gun powder activated fasteners shall not be used when the public staff and students are in the immediate area of construction Design Standards 2008 Supplement January 2008 Page 5 of 39 Division 1 General Requirements 1 Shop drawings for playground equipment shall be submitted to the M DCPS Division of Safety and Emergency Management for their review and possible approval Division 2 Site Work 1 Safety surfaces at primary play areas and all playground equipment areas shall be poured in place granulated reclaimed rubber surface with a geotextile sheet beneath Synthetic grass surface over geotex
84. esign Standards 2008 Supplement January 2008 Page 7 of 39 The use of stained or sealed concrete for interior circulation spaces shall be evaluated and presented to M DCPS Division of Facilities Design and Standards for consideration and possible approval on a per project basis Concrete sidewalks courtyards exterior walkways and exterior dining areas shall always have a broom finish and be clear sealed Concrete that is not sealed is unacceptable for M DCPS projects Division 4 Masonry Division 5 Metals 1 Equipment supports for rooftop mechanical and electrical equipment shall require that the height member sizing and layout of each supporting structure be designed by the equipment producer using a registered Florida professional engineer to calculate loads including overturning moment of support and superimposed equipment following ASCE 7 Equipment producers will refer to the Master Specification Guidelines for basic steel corrosion protection and fabrication requirements All handrails posts and brackets for interior and exterior steps and stairs shall be aluminum with an integral satin clear anodized finish AA Architectural Class 0 7 mil or greater Aluminum handrails shall not be painted or organic coated under any circumstances All exterior handrails shall be attached to the building utilizing vandal resistant screws Division 6 Wood and Plastics 1 The A E shall design the Classroom Service C
85. ew windows and 30 inch high diamond pattern aluminum kick plate from side to side on both sides An air curtain shall be furnished at the cooler door The cooler and freezer shall have a quarry tile floor installed on site flush with the kitchen quarry tile flooring The concrete slab shall be recessed to accomplish the flush quarry tile installation The cooler and freezer shall have a heavy sheet of aluminum above the flooring insulation appropriately recessed to receive the quarry tile 4 Provide at all Point of Sale POS cash register locations the required electrical and data outlets network drops At all interior serving bays the POS data and electrical outlets shall be supplied from the floor and must be stubbed up at least one foot above the finished floor Locate these data and electrical outlets underneath each cashier station so that students or employees cannot trip or kick them 5 The Food Service Manager s office shall have a minimum of two network drops for a computer and printer in addition to the fax and phone lines The network drops should be wired to the nearest telecommunications closet 6 The A E shall coordinate with M DCPS ITS personnel the design layout for all data conduits and boxes located within the food service area Note that all data conduits and outlets are in contract IC and all data wiring will be installed by M DCPS As a general guideline use the following specifications for data A If the d
86. f this bid and certify that am authorized to sign this bid for the bidder B Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with The School Board of Miami Dade County Florida C certify agreement with the School Board of Miami Dade County Business Code of Ethics and agree to comply with this Code and all applicable School Board contracting and procurement policies and procedures School Board Rule 6Gx13 3F 1 025 D certify that nor my company or its principals or any wholly owned subsidiary are currently debarred or in default of any bid purchase order or contract with the School board or any other private or governmental entity INDEMNIFICATION The Bidder shall hold harmless indemnify and defend the indemnities as hereinafter defined against any claim action loss damage injury liability cost or expense of whatsoever kind or nature including but not by way of limitation attorney s fees and court costs arising out of bodily injury to persons including death or damage to tangible property arising out of or incidental to the performance of this contract including goods and services provided thereto by or on behalf of the Bidder whether or not due to or caused in part by the negligence or other culpability of the indemnity excluding only the sole negligence or culpability of the indemnity The following shall be deemed to be indemnities The School Board of Miami Dade Co
87. fs up to 6 fthigh 3 3 2 2 8 BOLLARDS A Description Galvanized steel pipe filled with concrete tops domed 2 in above pipe 1 Pipe size NPS 6 2 Pipe Galvanized steel ASTM F1083 Table 1 Schedule 40 3 Zinc coat At least 1 8 oz ft hot dip galvanized ASTM A123 4 Paint for bollards Zinc neutralizer galvanized metal primer and exterior acrylic latex enamel Safety Yellow as listed in MDCPS Paints list is available from MDCPS Materials Control KKKKKKKKKKK KKK KKK KKKKKKKKKKKKKKKKKKK KKK SPECIFIER Delete the following article for all facilities except where required by the Educational Specifications for schools with K and pre K children kkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk 2 9 COLORED FABRIC AND SLATS A Colored Chain Link Fabric UV resistant color olefin powdercoat over an intermediate zinc phosphate coat on zinc galvanized steel pipe in pipe sizes as specified above for post rails and bracing Color As selected by A E 1 Do not use vinyl coated fence fabric 2 Product Producer Permafused II by Master Halco or equal product in quality appearance and performance as approved by A E and Board B Colored Plastic Slats UV resistant color HDPE olefin plastic in color as selected by A E 1 Product Producer Colored Fence Slats by Filona or equal product in quality appearance and performance approved by A E and Board KKKKK KKK KKKKKK KK KKK KKKK KKK KK KKKKK KKK KKK SPECIFIER Delete the follo
88. g See the window sill detail contained in the M DCPS Design Criteria Appendix B The aluminum finish shall be AAMA 2605 PVDF coating not powdercoat or anodized finished C The window unit shall be glazed and assembled in a factory not built on site All fastening holes shall be shop drilled to follow the NOA not measured in the field D Impact resistant windows with current Miami Dade BCCO NOA shall be used E The window unit shall have wind pressure resistance at least 100 PSF both negative and positive pressure F Impact resistant windows shall have large and small missile impact rating G Impact resistant windows shall have an air intrusion less than 0 8 cf min ft 6 24 PSF H Impact resistant windows must pass AAMA 1302 5 forced entry test as well as the Miami Dade test Design Standards 2008 Supplement January 2008 Page 14 of 39 Outward projecting window types cannot swing out into any circulation path Inward projecting hopper units are not to be used 9 When non louvered windows are used commercial grade roller shades shall be provided for all units The shades shall be vinyl coated fiberglass reinforced room darkening shade with clutch The A E shall submit product type and the specification for review and possible approval by M DCPS Facilities Design and Standards 10 A Window Field Leak Test shall be conducted at no cost to M DCPS by the Contractor and window installer with the A E and the M DCP
89. g set point Office unoccupied set point Monday Friday Start at 5 00 AM Saturday none Sunday amp Holiday none Occupied mode Kitchen Occupied cooling set point Occupied heating set point Unoccupied set point Monday Friday Start at 5 00 AM Saturday none Sunday amp Holiday none Emergency Shelter mode EHPA Office occupied set point Occupied mode Shelter Monday Sunday 24 hours amp 7days Central Control Station 8 00 PM 8 00 PM Occupied mode VAV Classrooms OAU Schedule 74 F 68 F 94 F 4 00 PM 74 F 68 F 94 F 8 00 PM 74 F 68 F 94 F 6 00 PM 74 F e At the M DCPS Energy Communications Center located at the SBAB for continuous monitoring and programming of HVAC Design Standards 2008 Supplement Page 31 of 39 47 48 49 50 51 52 53 alarms lighting power consumption chiller upstart and creating a historical database e PC computer with printer and color LCD monitor equal to Acer AL 1916WABD Wide 19 shall be upgraded to the latest hardware and software version e Provide all necessary software and hardware components for a fully integrated functional system G School Energy Control Station e PC computer with printer and color LCD monitor e For use by the authorized on site staff with password access protection to temporarily monitor HVAC and lighting loads controlled by the EMS e To provide the Real Time Energy u
90. ge increase or decrease of the twelve month average of the CCI immediately prior to the month of award or renewal as compared to the ten month average after the award or renewal commencing the month of award or renewal The Board through Procurement Management Services reserves the right to reject price increases due to budget constraints and or in accordance with Special Condition 1 MASTER SPECIFICATIONS M DCPS current Master Specifications Guidelines 02830 and 02832 are attached M DCPS reserves the right to add additional acceptable products as approved brands throughout the term of the bid and or delete previously approved brands that are no longer acceptable by M DCPS MATERIAL SAFETY DATA SHEET As per Florida Statutes Chapter 442 Right to Know Law Material Safety Data Sheets MSDS are required for materials specified in the Specifications Bidders are requested to submit material safety data sheet s within five 5 days of request Failure to supply a MSDS in the allotted time may subject the vendor to default for non compliance SPECIAL WARRANTY All work performed by the vendor shall be warranted for a period of one 1 year after final acceptance All work material and hardware shall be free from defects and structurally sound during the entire warranty period The vendor at no cost to M DCPS shall correct all defective material improper workmanship and other substandard conditions documented by M DCPS within the warranty per
91. h key operation only Two types of lock hardware shall be required A Arrow lock hardware for Post Office use B Other lock hardware for use by the school administration Division 11 Equipment All of the requirements listed below in Division 11 are associated with the Cafeteria Kitchen and the supporting spaces for the kitchen Many of the requirements are not actually equipment but are included in this division for the purpose of grouping related items Design Standards 2008 Supplement January 2008 Page 18 of 39 1 In the Cafeteria Laundry Room provide one 1 in contract IC residential washing machine and electric clothes dryer or stacked washing dryer unit in accordance with the Educational Specifications Under the washer and dryer provide a raised concrete housekeeping pad with the same floor finish including the sides as the laundry room 2 In the Cafeteria Laundry Room provide fully assembled multi tier lockers with six compartments with catch door pull pad locks Each single unit to be approximately 12 W x 18 D x 78 H Verify with the project s Educational Specifications for exact quantity of lockers required 3 The walk in cooler and freezer shall have an interior and exterior 0 040 inch aluminum skin embossed to a stucco like profile and finished with enamel on the finish side Heat strips shall be furnished around the cooler and freezer doors The cooler and freezer doors shall be provided with vi
92. he A E shall specify that all Air Handling Units with speed drives shall be installed with 3 phase monitors for protection of the motor with an automatic restart feature such as ICM 450 or approved equal The 3 phase monitor must monitor the main voltage and control voltage The phase monitor shall trip due to phase loss phase imbalance under voltage and over voltage The phase monitor safety cut off shall cut power to the main control transformer secondary in the drive This will drop power to all controls and devices They shall be set to auto restart when the power comes back corrected within the parameters The phase monitor shall automatically reset the secondary power of the control transformer and the speed drive will automatically restart 11 As recommended by the cooling tower manufacturer provide platforms with guardrails ladders and safety cages necessary to access tower for equipment maintenance unless deletion is approved by M DCPS Maintenance Operations on a per condition basis 12 The sound generated by any outside chiller air cooled chiller air cooled condenser or cooling tower shall not exceed 70 dbA at a distance of 30 feet and 55 dbA at any property line A A sound barrier wall with chain link and a 3 sided masonry wall shall surround the equipment if the dbA requirements above are exceeded See Division 2 for additional fencing requirements B The masonry wall height shall be as tall as the top of the fan deck
93. hold a valid Certificate of Competency CC in fence installation issued by Building and Zoning Miami Dade County or be a Certified General Contractor CGC registered with Miami Dade County Bidders shall complete the section included herein as evidence of this requirement The Certificate of Competency CC or Certified General Contractor CGC shall be current at the time of bid opening and throughout the life of the contract or the Bidder will be disqualified EMERGENCY RESPONSE Where an emergency situation is deemed to exist by the M DCPS authorized representative the vendor will be required to respond on a verbal confirmation to proceed issued by Procurement Management Services or the M DCPS authorized representative if so designated The response must result in the arrival of a work crew at the affected site within four hours At the discretion of the M DCPS authorized representative this response time may be increased to one calendar day Failure to respond in a timely manner to an emergency shall constitute grounds for termination of this award DELIVERIES Deadlines for the delivery and installation shall be determined by the size and complexity of the job M DCPS will assign work completion dates with each project A vendor s inability to complete work by the mutually agreed upon completion date reflected in the Notice To Commence NTC may subject vendor to default for poor performance and or failure to perform as agreed upon The Proj
94. i Dade County Florida Bid No 096 JJ09 Fence and Gates Furnish and Install District Wide 6 of 10 ITEM DESCRIPTION OF ITEM ae UOM UNIT PRICE MFG MODEL NO 83 14 wide gate opening 3 Each EA 84 20 wide gate opening 3 Each EA 85 124 wide gate opening 3 Each EA 10 rolling gates complete with gate posts braces caps latches stops and keepers 86 6 wide gate opening 3 Each EA 87 8 wide gate opening 3 Each EA 88 10 wide gate opening 3 Each EA 89 12 wide gate opening 3 Each EA 90 14 wide gate opening 3 Each EA 91 20 wide gate opening 3 Each EA 92 124 wide gate opening 3 Each EA 12 high chain link fence including top rail installed as specified except for end posts corner posts gates and gate posts bollards and baffles 93 Installations of O of 250 linear feet 500 LF LF 94 Installations over 250 linear feet 1 500 LF LF Post for 12 high fence Installed as specified with footers caps top rail and all attaching hardware 95 End posts with braces 10 Each EA 96 Corner posts with braces 10 Each EA 97 Pull posts with braces 10 Each EA 98 Double baffle 4 Each EA 99 Single baffle 4 Each EA 12 single swing gates installed as specified with gate posts braces hinges caps latches st
95. ict Wide 1 SPECIAL CONDITIONS PURPOSE The purpose of this bid is to establish a contract at firm unit prices for the purchase and installation of chain link fences gates and accessories and to establish a pool of pre approved vendors for non chain link fence work The term of the bid shall be for one 1 year from the date of award and may by mutual agreement between The School Board of Miami Dade County Florida and the awardee be extended for three 3 additional one 1 year periods and if needed ninety 90 days beyond the expiration date of the current contract period The Board through Procurement Management Services may if considering extending request a letter of intent to extend from the successful bidder s prior to the end of the current contract period However Procurement Management Services reserves the right to not extend the contract of awardee s The successful bidder s agrees to this condition by signing its bid 2 AWARD A CHAIN LINK FENCE WORK The award of Items 1 through 171 shall be made to the first lowest responsive and responsible bidder who also demonstrates by references and credentials that they meet the specifications of this solicitation The first lowest bidder will service the contract as the Primary vendor Three 3 Alternate bidders who also demonstrate by references and credentials that they meet the specifications of this solicitation may be awarded Items 1 through 17
96. ies and locations When approved this establishes the initial quantity of bollards to be provided ad KHAKKKKKKK KKK KK KKKKK KKK KKKKKKKKKKK KKK KKK KRK SPECIFIER Delete the following unless rarely used fabric and slats are actually required by Board KHKKKK KKK KKKKKK KKK KK KKKK KKK KK KKKKK KKK KKK C Samples 1 Colored chain link fabric and plastic slats in colors selected by A E 1 4 SECURITY A Maintain the worksite in secure condition as follows 1 At the beginning of each work day remove temporary fence barricades and other security items from that portion of the worksite perimeter where the new permanent chain link fence work will be done that day 2 Before the end of each work day protect the entire facility using temporary chain link fence or plastic mesh barricades that surround safety hazards and create a continuous worksite fence perimeter at least 6 ft high 3 When a continuous temporary perimeter fence cannot be provided during installation of new fence provide the services of a licensed security guard to the extent directed by the Board until the security of a full perimeter fence is restored 1 5 SPECIAL WARRANTIES Follow 01786 A Chain Link Fence Assembly Material Only 1 Scope of Special Warranty Replace defective galvanized steel items within the chain link fence and gates assembly such as posts rails braces fittings fabric fasteners hardware and accessories a Defective Galva
97. igible for consideration in the award recommendation B All samples are to be delivered within 7 calendar days after receipt of notification from buyer unless otherwise stated in the Special Conditions of the bid if the bidder does not submit samples by the date and time indicated by the buyer the bid submitted for that item may not be considered for award C Bidder must obtain from Materials Testing and Evaluation a signed receipt acknowledging delivery of samples Bidder shall include a self addressed stamped envelope for return of sample receipt when submitting samples by mail or delivery service The bidder will receive the original copy of the receipt and the duplicate copy will remain with the Miami Dade County Public Schools receiving department as the file copy Bidder shall be solely responsible for delivery of samples and for retaining sample delivery receipts which must be presented in any dispute regarding receipt of bid samples D Samples should be delivered to the following address MIAMI DADE COUNTY PUBLIC SCHOOLS MATERIALS TESTING AND EVALUATION 7040 West Flagler Street Miami Florida 33144 Telephone Number 786 275 0780 Miami Dade County Public Schools will not be responsible for samples sent to a location other than the location mentioned in the bid E PAYMENT FOR SAMPLES The Board will buy no samples and will assume no cost incidental thereto F RETURN OF SAMPLES Samples not destroyed in testing may b
98. iod INSURANCE REQUIREMENTS Successful vendor s are required to have insurance coverage as specified in the Indemnity and Insurance form s attached hereto and made a part of this bid The successful vendor s must submit completed Certificate of Insurance form s before being recommended for award Failure to submit this form s as noted will result in the vendor s not being recommended for the bid award A Certificate of Insurance naming The School Board of Miami Dade County Florida as an additional insured can be faxed to the Risk and Benefits Management at 305 995 7199 or mailed to Miami Dade County Public Schools Phone 305 995 7133 Office of Risk and Benefits Management Fax 305 995 7199 1500 Biscayne Boulevard Suite 335 Miami FL 33132 CODES AND PERMITS All work performed and materials used shall comply with all applicable federal state and local codes laws ordinances and regulations The successful vendor s shall be responsible for and obtaining all necessary licenses and permits as may be required MIAMI DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM FORMAT A TO THE SCHOOL BOARD OF MIAMI DADE COUNTY FLORIDA BID BUYER PAGE 096 JJ09 Oretha Houser CPPB SC 4 Fence and Gates Furnish and Install District Wide 14 15 17 SPECIAL CONDITIONS CONTINUED PROTECTION OF PERSONS AND PROPERTY The vendor shall initiate maintain and supervise safety precautions
99. ions are encountered obtain instructions from A E and Board Keep the top of fabric line straight and level except as needed to conform the fence to slopes and to make the bottom of fabric hug the surface of paving or soil never more than 2 in above it replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 9 B Footing Excavation Excavate to the exact size specified in compacted soil so that concrete will socket in firm soil or rock 1 Post footing diameters Not less than 4 x the OD of the post 2 Form sides of holes if they are unstable 3 Excavate for each footing so that the top of the footing concrete is the specified distance below grade and so that the bottom of each post at its correct elevation has 6 in of concrete beneath it 4 Donotlose excess excavated soil on site Remove excess soil from site unless Board designates a fill location on site to which deliver the excess excavation C Footings Set posts in concrete then fully rod or vibrate after posts have been raised to required level No post bottom shall rest within 6 in of soil beneath 1 Place and temporarily support posts that have been cut to required height required underground length Set in concrete so that post tops are at the level needed to support chain link fabric with no more than a 2 in bottom gap between the fabric and the underlying soil grass or paving 2 Slo
100. istance from the POS location to the Food Service Manager s office is 250 feet or less the POS shall be wired directly to the Food Service Manager s office Design Standards 2008 Supplement January 2008 Page 19 of 39 B If the distance from the POS location to the Food Service Manager s office is greater than 250 feet the POS shall be wired to the nearest Telecommunications closet Provide a telephone bell in the Cafeteria Kitchen outside the Food Service Manager s office that is loud enough to be heard during the production and service periods Provide the Food Service Manager s office one 1 pass through sliding glass window 3 0 wide x 3 0 high 3 6 AFF The window shall open directly into the Dining area and shall be lockable from inside the office The AC remote control shall be provided to the Food Service Manager for the independent after hours A C unit for the Kitchen Dry Storage Room Where Cafeteria Kitchen projects specify roll thru heated and refrigerated equipment behind the serving area the designer shall allow for adequate space to open the doors and remove pans without impeding the circulation and creating a potential safety hazard A doorbell shall be provided adjacent to the exterior door into the Kitchen Receiving area that is loud enough to be heard during the production and service periods The exterior door at the Receiving area shall also be provided with a peephole door sweep and weather strip Th
101. l operations In editing the guidelines it is incumbent upon the A E to retain special M DCPS requirements When in doubt as to how to edit contact M DCPS Division of Facilities Design and Standards The A E shall clearly understand that these specification guidelines are only a starting point they must be edited to describe each project s scope and quality of work without deviating from the inherent intent and essential practices of the specification guidelines the Design Criteria the project Educational Specifications and the law Because the guidelines provided by M DCPS are rarely used in the same calendar year in which they were written or updated it is the responsibility of each A E design professional to conform to current code laws and standards and to update references to the governing year as needed The number of listed products and manufacturers may be edited to no fewer than two The inclusion of additional products or manufacturers requires written acceptance from M DCPS Division of Facilities Design and Standards 12 For schools that have areas that are designated as an Enhanced Hurricane Protection Area EHPA the Architect Engineer A E shall comply with all requirements of FBC 2004 and Emergency Shelter Design Criteria for Educational facilities by the University of Florida for DOE The A E shall also comply with the applicable requirements and details contained in the EHPA Design Criteria prepared for M DCPS by Spil
102. liability cost or expense of whatsoever kind or nature including but not by way of limitation attorneys fees and court costs arising out of bodily injury to persons including death or damage to tangible property arising out of or incidental to the performance of this Contract including goods and services provided thereto by or on behalf of the Vendor whether or not due to or caused in part by the negligence or other culpability of the indemnitee excluding only the sole negligence or culpability of the indemnitee The following shall be deemed to be indemnitees The School Board of Miami Dade County Florida and its members officers and employees INSURANCE Prior to being recommended for award the Vendor has five business days after notification to submit proof of insurance as required herein If the Vendor is not the installer of the equipment in question then the Vendor must obtain evidence of the coverages referenced below from the Installer and submit evidence of such to the Office of Risk and Benefits Management Failure to submit a fully completed certificate of insurance signed by an authorized representative of the insurer providing such insurance coverages may cause the Vendor to be considered non responsive and not eligible for award of the Contract The insurance coverages and limits shall meet at a minimum the following requirements Commercial General Liability Insurance in an amount not less than 300 000 combined single limit
103. lis Candela amp Partners Inc dated October 1998 13 Designated EHPA areas within a facility shall have a FBC required main fire alarm panel located in the EHPA manager s office FBC 423 25 3 5 The fire alarm panel in the EHPA manager s office is in addition to the fire alarm enunciator panel located in the main administration area which is required by the M DCPS Design Criteria The fire alarm panel in the Design Standards 2008 Supplement January 2008 Page 3 of 39 15 16 administration area shall not be eliminated for schools that are designated as an EHPA For schools that have areas that are designated as an Enhanced Hurricane Protection Area EHPA the Architect Engineer A E shall develop an EHPA User Manual The User Manual shall be provided to the school administration and maintenance staff in a hard copy and power point format The Contractor shall provide training to M DCPS Maintenance and School Administration Staff on the proper use of all EHPA related systems The training sessions shall be filmed and developed into a training video in digital format as part of the closeout documents The manual and video shall describe and illustrate the available systems valves equipment etc their location how to use them as well as all of the maintenance requirements The User Manual and the training video shall be kept in the designated office within the EHPA A copy of the manual and video shall als
104. ll of the new information for the EMS 36 The Energy Management System EMS shall facilitate compliance with the US Green Building Council USGBC LEED Leadership in Energy and Environment Design for new Construction and Major Renovations Approved 2007 Version 37 The A E shall submit to the M DCPS Project Manager and the EMS Commissioning Engineer EMS CE who will be designated by M DCPS for approval a proposed EMS Commissioning Activities List When the Commissioning Activities List has been approved by the EMS CE it shall be incorporated into the construction documents 38 M DCPS will provide an independent EMS Commissioning Engineer EMS CE to provide all of the commissioning services for the design and construction phases of the project The A E shall submit to M DCPS and the EMS CE the construction documents for review and approval The A E shall incorporate all of the comments from the EMS CE into the Construction Documents prior to bidding the project 39 If the project has already gone into construction phase the A E shall submit for review a copy of the Controls Submittal to the EMS CE as soon as it is submitted for review 40 The controls contractor shall request a system inspection from the M DCPS Energy Programs staff and the EMS Commissioning Engineer before the EMS has been completed The A E shall request a Punch List Inspection for the EMS from the M DCPS Energy Programs staff and the Design Standar
105. lush floor outlets Design Standards 2008 Supplement January 2008 Page 4 of 39 20 21 22 23 24 25 For new schools and major additions an In Contract IC Marquee sign shall be provided at the appropriate location Underground electric and data conduit shall be installed for the IC school Marquee Sign The data line for the sign shall terminate at a Telecommunication Closet so that it can be programmed from a secretary station in the Administration Office Provide a compact facility footprint and design to accommodate future expansion by building addition or by portable classrooms according to program requirements and Division 13 A A specific area or areas next to the building shall be designated on the site plan for future buildings or portable classrooms Keep this area clear of underground utilities easements circulation paths and other encroachments B Areas identified for future expansion shall incorporate a design solution with accessibility security utility servicing and control monitoring of these areas available from the permanent facility C Provide utility stub outs for future expansion according to program requirements and Division 13 15 and 16 Classroom acoustics shall meet ANSI Standard S12 60 2002 A maximum Reverberation Time RT of 2 0 seconds is now required for Gymnasiums Reverberation time is measured in seconds 500 1000 Hz per national average requirement in mid range frequenci
106. mum of two 2 1 diameter conduits terminating at two 2 separate brooks boxes within 3 0 of the pole The conduits shall be run up the pole a minimum height of 14 0 from the finished grade and be terminated at two 2 6 X 6 Nema 4R junction boxes Each electrical panel supplying voltage to the SCS shall be protected by a panel Transient Voltage Surge Suppression TVSS providing protection for each electrical phase At the SCS Control Room provide two 2 120V duplex TVSS 20 amp dedicated receptacles for each group of sixteen 16 security cameras allocated for the facility All receptacles shall be installed on the same wall and group together At the SCS Control Room provide three dedicated 20 amp circuits Each circuit shall have two 120V duplex TVSS receptacles One additional dedicated circuit shall be added for each additional group of thirty two 32 security cameras allocated for the facility All receptacles shall be installed on the same wall as the video display rack and grouped together All conduits for the SCS shall be a minimum of 34 Design Standards 2008 Supplement January 2008 Page 25 of 39 28 If cable trays are installed a conduit path shall be provided to the cable tray for the SCS cabling for all non plenum rated ceilings The next group of items for Division 13 are the new requirements for the Card Access Control System The A E shall comply with all of the new Design Standar
107. n bands and no protruding ends Space no more than 15 in oc Wire ties Attach fabric with at least 2 full twists in wire to a Line posts top to bottom Space no more than 15 in oc b Braces and horizontal rails Space no more than 15 in oc Bands Attach fabric to top center and bottom of the following posts a End corner pull and gate Space no more than 15 in oc Hog rings For attaching bars or fabric and only where approved by A E and Board a Bars Space no more than 15 in oc b Fabric Space no more than 15 in oc If these maximum permissible spacings cannot be maintained obtain instructions from A E and Board before continuing installation H Eliminate Sharp Edges and Ends 1 Knuckle fabric and tie wire terminal ends Turn ends away from the traffic side of fence Assemble drip points bolts truss rods posts and hardware so that their sharp edges are directed away from the traffic side of the fence and so that they do not project more than 1 2 in on the non traffic side At non agricultural educational plants barbed or purposely sharpened edges are not allowed from the highest grade level up to the 7 ft level along any fence File down and apply galvanizing compound or remove and replace components that are erected with sharp or pointed surfaces or edges Double Baffles Protecting Twin Access Ports in Fence 1 2 3 4 5 Construct each 24 ft long double baffle consisting of
108. n open closed of all entrances controlled by magnetic locks within each of the program areas C Install the magnetic locks as called for in the finish hardware specifications The magnetic locks shall be mounted onto the doors and doorframes Provide a signal switch in each exit device and a motion sensor to release the magnetic lock D Provide a modem according to the manufacturer s requirements and compatible with DCOM Design Standards 2008 Supplement January 2008 Page 26 of 39 33 The card access control system shall include all necessary components wiring for power and control to sensors card access controls and door hardware items or devices required for a complete operable and fully integrated system 34 Provide an uninterruptible power supply system UPS for the card access control system 35 Refer to the door hardware sections in Division 8 for additional information regarding the card access system The remaining items in Division 13 are related to the new requirements for the Energy Management System EMS The A E shall comply with all of the new Design Standards for the EMS Prior to beginning the design the A E shall meet with M DCPS Division of Facilities Design and Standards to obtain the updated Master Specification Guideline section for the new EMS The following only represents some of the new requirements so it is imperative that the A E obtain the new Master Specification Guideline section to receive a
109. n 04 02832 2 6 Finish a Steel material galvanized after forming shall comply with ASTM A1011 with a minimum yield strength of 50 000 psi The exterior shall be hot dipped galvanized with a 0 45 oz sq ft Minimum zinc weight The interior surface shall be coated with a minimum 81 percent nominal zinc pigmented coating 0 3 mils minimum thickness b Steel material galvanized before forming shall comply with ASTM A924 with a minimum yield strength of 50 000 psi and have G90 hot dipped galvanized coating according to ASTM A653 Cu After steel components have been galvanized clean and prepare surfaces of components to assure complete adhesion of finish coat d Apply 2 5 mil thickness of polyester resin based powder coating by electrostatic spray process e Bake finish for 20 minutes at 450 degrees F 232 degrees C metal temperature Ta Gates a Ornamental picket swing gates b Ornamental picket cantilever slide gates B Accessories 1 Rail Attachment Brackets a Die cast of zinc Zamak 3 Alloy b Ball and socket design capable of 30 degrees swivel up down left right Th Bracket to fully encapsulate rail end for complete security 2z Industrial Drive Rivets a Of sufficient length to attach items in a secure nonrattling position b Rivet with minimum of 1 100 lbs holding power and shear strength of 1 500 lbs 3 Ornamental Picket Fence Accessories Project Name Project No Provide indicated items req
110. n transit B The following identification shall be printed stenciled or legibly written in a conspicuous location on each shipping container 1 Bid Number And Or Purchase Order Number 2 Vendor s Name And Or Trademark 3 Name S Of Item S Contained 4 Item Number S With Quantity ies XI PURCHASES BY OTHER PUBLIC AGENCIES With the consent and agreement of the successful bidder s purchases may be made under this bid by Miami Dade County Florida and other governmental agencies or political subdivisions within the State of Florida Such purchases shall be governed by the same terms and conditions stated herein This agreement in no way restricts or interferes with the right of any State of Florida Agency or political subdivision to rebid any or all of these items XII RECYCLING REQUIREMENTS Miami Dade County Public Schools supports recycling and recommends the use of recycled products where possible Vendors are requested to submit a letter along with their bid indicating whether each item bid and or its packaging contains pre consumer or post consumer waste and if the product and or packaging may be recycled XINH ENVIRONMENTAL PRODUCTS Miami Dade County Public Schools encourages the use of environmentally safe products XIV DELIVERY AND BILLING A DELIVERY Saturdays Sundays and holidays excepted deliveries shall be made as follows Schools and Departments 8 00 A M to 3 00 P M Merchandise shall be unloaded
111. nized steel items in the assembly that develop red rust over more than 5 of its surface during warranty period b The chain link fence manufacturer shall be named as the entity issuing the limited warranty in the interest of the Board Miami Dade County Public Schools c In satisfying the warranty the manufacturer shall provide material replacing rusted components without paying for delivery tax or the labor of removing replacing 2 Special Warranty period duration From date of Substantial Completion of the Work until 12 years after that date 3 Exceptions a Damage from improper design or use accidents acts of God and abuse b Only galvanized steel components supplied by the chain link fence and gates manufacturer are covered under this warranty replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 2 kkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk SPECIFIER Delete the following warranty unless this rarely used finish has actually been specified kkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk B Chain Link Fence Fabric and Posts with Color Powdercoat Finish Material Only 1 Scope of Special Warranty Replace chain link fence and gate fabric and posts with defective color powdercoat a Defective Any galvanized steel fabric and posts that develop red rust over more than 5 of their surface during warranty period b The assembly s manufactur
112. nstallations of extension arms over 250 2 000 LF ILF linear feet Installation of Top Rail 119 6 fence top rail 12 000 LF LF 120 Top rail on fence over 6 4 000 LF LF Installation of Mid Rail 121 8 fence or greater 2 438 LF LF The School Board of Miami Dade County Florida Bid No 096 JJ09 Fence and Gates Furnish and Install District Wide ITEM DESCRI PTI ON OF ITEM kia UOM So ee Removal of existing fenc includes fabric posts gates footings bracing all barbed wire if present and all fence line debris Removal of 0 to 250 linear feet 122 4 fencing 8 000 LF LF 123 6 fencing 3 000 LF LF 124 8 fencing 1 000 LF LF 125 10 fencing 500 LF LF 126 12 fencing 500 LF LF 127 Removal of 3 strands barbed wire only 500 LF LF Removal of existing fence includes fabric posts gates footings bracing all barbed wire if present and all fence line debris Removal of over 250 linear feet 128 4 fencing 5 000 LF LF 129 6 fencing 4 000 LF LF 130 8 fencing 1 000 LF LF 131 10 fencing 500 LF LF 132 12 fencing 500 LF LF 133 Removal of 3 strands barbed wire only 500 LF LF Removal and replacement of chain link fabric and barbed wire 0 to 250 linear feet 134 4 Fabric 1 000 LF LF 135 6 Fabric 1 000 LF LF
113. o be provided to M DCPS Emergency Management and the appropriate Region Maintenance Center RMaC as part of the closeout documents For schools that are designated as an EHPA the Architect Engineer A E shall specify that all switches buttons and valves associated with the available systems shall be permanently labeled and documented in the EHPA User Manual For schools that are designated as a EHPA the Architect Engineer A E shall specify that the contractor shall supply all of the required wrenches hooks and tools to properly operate all of the available EHPA systems All of the tools needed to operate the EHPA shall be accepted by the M DCPS Project Manager and provided in a lockable cabinet that is kept in a secure location within the dedicated EHPA office Designated EHPA areas within a facility shall be identified on the F 1 S H drawings The A E shall outline the spaces within all buildings that are designated as EHPA areas for the required submittal to the M DCPS FISH Department Exterior and interior stairs shall be cast in place sealed concrete with recessed full length metal anti slip nosing at least 3 in wide anchored the full width of each tread and landing The nosing shall be installed aligned with the finished edge of the concrete thread The requirements for concrete risers for Band and Vocal classrooms have been eliminated by M DCPS The electric and data outlets shall be properly located and provided as f
114. oard 3 TAXES The Board does not pay Federal Excise and State taxes on direct purchases of tangible personal property The applicable tax exemption number is shown on the purchase order This exemption does not apply to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of contracts for the improvement of Board owned real property as defined in Chapter 192 of the Florida Statutes SUBMITTING OF BIDS A Bids must be submitted on forms furnished by the Board and in sealed packages or envelopes Bid submissions must be clearly marked with bid number bid title and bid opening date B ERASURES OR CORRECTIONS When filling out the bid proposal form bidders are required to complete bid proposal in ink 1 Use of pencil is prohibited 2 Do not erase or use correction fluid to correct an error 3 All changes must be crossed out and initialed in ink Page 1 Hi Those bids for individual items that do not comply with items 1 2 and 3 above will be considered non responsive for that item s C PLACE DATE AND HOUR Bids shall be submitted by U S Mail Courier Express Service or deposited in the BID BOX located in Room 351 8 00 A M to 4 30 P M Monday through Friday SCHOOL BOARD ADMINISTRATION BUILDING 1450 N E Second Avenue Miami Florida 33132 Bids received after the date and hour specified in the BIDDER QUALIFICATION FORM will not be considered D PUBLIC
115. oduct type and the specification for review and possible approval by M DCPS Division of Facilities Design and Standards In all group toilet rooms and Cafeteria kitchens ceramic wall tile shall extend from the floor to the finished ceiling Provide all interior student corridors with a porcelain tile wainscot from the floor to a minimum height of 4 4 AFF Paperless gypsum board with glass fiber or other inorganic mold resistant facings shall be specified Do not use paper faced gypsum board Provide a 5 8 impact abuse resistant mold moisture resistant gypsum board in all student occupied spaces and student occupied interior corridors Non impact resistant gypsum board may be used for interior partitions in non student occupied spaces These areas include the administration area student services area teachers lounge and the media center It is acceptable to utilize metal stud partitions with 5 8 impact abuse resistant mold moisture resistant gypsum board for communications and electrical rooms Concrete masonry unit CMU or tilt wall partitions shall be used for all mechanical rooms since they contain noise producing equipment and water and moisture is present Design Standards 2008 Supplement January 2008 Page 17 of 39 10 Prefabricated metal or plastic stucco reveals are not allowed Strike only the final stucco coat to achieve score patterns Do not strike through the first stucco coat Horizontal reveals should be
116. ops and keepers 100 3 wide gate opening 4 Each EA 101 4 wide gate opening 4 Each EA 102 6 wide gate opening 3 Each EA The School Board of Miami Dade County Florida Bid No 096 JJ09 Fence and Gates Furnish and Install District Wide 7 of 10 ITEM DESCRI PTI ON OF ITEM EST QTY UOM UNIT PRICE MFG MODEL NO 103 8 wide gate opening 3 Each EA 12 double swing gates installed as specified with gate posts braces hinges caps latches stops and keeper 104 6 wide gate opening 3 Each EA 105 8 wide gate opening 3 Each EA 106 10 wide gate opening 3 Each EA 107 12 wide gate opening 3 Each EA 108 14 wide gate opening 3 Each EA 109 20 wide gate opening 3 Each EA 110 24 wide gate opening 3 Each EA 12 rolling gates complete with gate posts braces caps latches stops and keepers 111 10 wide gate opening 3 Each EA 112 12 wide gate opening 3 Each EA 113 20 wide gate opening 3 Each EA 114 24 wide gate opening 3 Each EA Installation of three strand barbed wire and extension arms on an existing fence 115 Installation of barbed wire 0 to 250 linear 250 LF ILF feet 116 Installations of barbed wire over 250 1 000 LF ILF linear feet 117 Installations of extension arms 0 to 250 1 000 LF ILF linear feet 118 I
117. payment until properly corrected TOTAL LOW BIDDING Bidders indicating 0 00 for any line item in a total low group certifies that the item is at no cost to the Board Should the bidder receive an award vendor agrees to supply and install 0 00 items at no cost to the Board in any quantity required by the Board Failure to supply any item at the bid price including 0 00 will subject the vendor to default in accordance with Instructions To Bidders VI AWARDS F DEFAULT SUBCONTRACTING The Prime Contractor hereinafter referred to as the Contractor may utilize subcontractor s for performance of certain of its functions under the Contract provided that M DCPS is notified in writing of the name s of all proposed subcontractors at least 5 business days prior to the execution of any such subcontract agreement M DCPS reserves the right to make an objection to any proposed subcontractor and will notify the Contractor in writing of its rejection of a proposed subcontractor Notwithstanding any subcontract the Contractor shall remain fully responsible for all work performed under the Contract resulting from this Bid and the Contractor shall be SOLELY RESPONSIBLE for paying the Subcontractor The approval of a Subcontractor by M DCPS shall not in any way relieve the Contractor of any responsibility for the full performance of its duties and to pay its Subcontractors All Subcontractors shall maintain on file with the Office of Risk and Benefits
118. pe tops of footings at least 1 in to shed water whether above or below grade 3 Installing posts in soil or rock Place concrete so that footing tops are 2 in below grade Place and tamp soil over cured footing tops so that bare soil or sod will be level with adjacent soil or sod 4 Posts in bituminous paving Place concrete so that footing tops are 2 in below grade Backfill with well tamped asphaltic concrete to match existing paving 5 Posts in areas to be concrete paved Install footings and posts before paving 6 Install footings for all posts except those temporary fence posts that can be driven D Fence Post Installation Install initially so that posts are plumb and tops are above the finished fence height Then cut post tops to a line parallel to the ground profile along the entire fence line 1 Install post caps when the footings have set up and the posts have been cut to prevent the accumulation of moisture in each post E Braces and Rails 1 Braces Install horizontal bracing at every end corner gate and pull post 2 Top and Bottom Rails Provide at all fence height Install to run continuously between line corner gate pull and end posts at permanent fencing fences 3 Grade changes Where there are large changes in ground level space line posts closer than 10 ft to allow bottom rail to conform to grade a A tension wire in place of the bottom rail may be used at large changes of ground level if approved b
119. per occurrence for bodily injury and property damage Automobile Liability Insurance covering all owned non owned and hired vehicles used in connection with the operations of the Vendor in an amount not less than 300 000 combined single limit per occurrence for bodily injury and property damage Workers Compensation Insurance for all employees of the Vendor as required by Florida Statutes The School Board of Miami Dade County Florida and its members officers and employees shall be an additional insured on all liability coverages except Workers Compensation Insurance 08 19 2009 22 59 7199 PAGE 83 63 The insurance coverage required shall include those classifications as listed m standard liability insurance manuals which most nearly reflect the operations of the Vendor All insurance policies shall be issued by companies with either of the following qualifications a The company must be 1 authorized by subsisting certificates of authority by the Department of Insurance of the State of Florida or 2 an cligible surplus lines insurer under Florida Statutes In addition the insurer must have a Best s Rating of B or better and a Financial Size Category of TV or better according to the latest edition of Best s Key Rating Guide published by A M Best Company or b with respect only to the Workers Compensation insurance the company must be 1 authorized as a group self insurer pursuant to Florida Statutes or
120. pet large enough to set down tools and allow the user to pass over unencumbered to the opposite side Division 8 Doors and Windows 1 Vision panels shall be provided in classroom doors only when required by code or special programs as identified by M DCPS Do not provide vision panels in classroom doors if they are not required Design Standards 2008 Supplement January 2008 Page 12 of 39 2 Doorframes for masonry concrete and tilt wall construction shall be bolted and grout filled in place This applies to all doorframes except those at metal stud partitions Doorframes at metal stud partitions shall be grout filled but are not required to be filled in place Double metal studs shall be installed around the opening for all drywall partitions to secure the door 3 Exterior door transoms and sidelights are now allowed for all projects The transoms and sidelights shall be impact resistant glass units that meet all of the requirements for impact resistant windows When exterior door transoms and sidelights are utilized the A E shall submit the proposed manufacturer window type with specifications for review and possible approval by M DCPS Division of Facilities Design and Standards 4 All doors to occupied spaces that swing into a circulation corridor shall be recessed the full width of the door panel There shall be no exceptions to this requirement 5 Provide surface mounted exit devices at locations as defined in the M DC
121. pproved by Board 5 Brace rods Galvanized steel with welded on turnbuckles for adjustment E Tension Wire Marcelled 7 ga 0 177 in galvanized steel wire ASTM A824 Type Il 1 Zinc coating 2 00 oz ft ASTM A817 Type Il Class 5 2 Breaking strength of 7 ga wire Not less than 1880 lb ASTM A817 F Zinc Repair Compound for use at missing or damaged zinc galvanizing High adhesion zinc rich UV resistant compound such as ZRC G Concrete f 2500 5 in maximum slump ASTM C94 2 7 GATE FABRICATION AND HARDWARE A Framing Assembly Galvanized steel pipe together with fabric bracing hinges and latches shop assembled and welded 1 Gate heights Match adjacent fence height unless shown otherwise 2 Gate framing and fixed bracing At least NPS 2 galvanized as specified above 3 Brace gates against sagging using brace rods and adjustable turnbuckles in place of fixed bracing if more practical than fixed braces 4 For gate leafs over 73 in high add one hinge to the number specified 5 Coat welds and bare spots with specified zinc repair compound B Gate Hardware Steel or malleable iron zinc coated with at least 1 8 oz ft hot dip galvanizing for all items Typical examples follow 1 Hinges Heavy duty industrial grade offset type of ball and socket design allowing gates to swing back parallel to the fence line such as a 1746 1747 1748 by Semmerling Fence amp Supply b 422405 422406 422407 by Southeastern
122. r s condenser piping Taps shall be provided with sufficiently large ball valve screwed fittings and caps to be able to introduce the flow measuring device without water spillage Design Standards 2008 Supplement January 2008 Page 36 of 39 22 23 24 25 26 27 28 29 30 Provide each chiller with four liquid filled pressure gauges with pressure snubbers and gauge cocks graduated in feet of water All pressure gauges shall be scaled to read at their midpoints Maximum intervals shall not exceed 2 feet of water Packaged DX split systems with reheat coils intertwined evaporator coils thermostatic expansion valves and unloading compressors may be used for small buildings less than 10 Tons on a per condition basis when pre approved by M DCPS Division of Facilities Design and Standards Combination heater and refrigeration packaged units may be used at small buildings on a per condition basis when pre approved by M DCPS Division of Facilities Design and Standards Heat pumps shall be avoided but may be used for small individual instructional spaces on a per condition basis when pre approved by M DCPS Division of Facilities Design and Standards The use of multiple individual classroom DX units is not allowed Packaged air cooled chillers with at least 4 compressors each with independent refrigerant circuits shall be used for loads less than 200 tons Each compressor shall be provided with individual factor
123. re physical barriers between the Bermuda Tifway sod and other types of sod and landscaping so there is no migration into these areas B Solid sodding of St Augustine Floratam shall be provided for Senior High Schools at all non Physical Education Athletic fields It shall be specified for all Elementary ECC K 8 and Middle School playfield areas It also shall be specified for general irrigated landscape areas adjacent to buildings and parking lots for all schools C Solid sodding of Bahia shall be provided at areas not considered part of the site landscaped areas It shall be specified for right of ways and anywhere that site maintenance is a major concern Design Standards 2008 Supplement January 2008 Page 6 of 39 Royal palms and other palm trees that produce large falling fronds shall not be used in designated sitting and other student gathering areas The use of reclaimed water for irrigation purposes shall be evaluated by the designer and presented to M DCPS Division of Facilities Design and Standards for consideration The A E shall design the irrigation systems to have an automated central control station reporting to M DCPS Facilities Operations Landscape Maintenance Communications between M DCPS Landscape Maintenance and the control station shall occur on the IP Intra network The A E shall submit to the Landscape Maintenance staff 305 995 7849 the Landscape and Irrigation System construction documents for review and
124. re proof light fixtures per elevator pit One grounded duplex receptacle No PVC or plastic pipes in pit IO Tnm QOw gt y gt Division 15 Mechanical Design Standards 2008 Supplement January 2008 Page 33 of 39 The use of solar water heating shall be evaluated and presented to M DCPS Division of Facilities Design and Standards for consideration and possible approval The use of waterless urinals shall be evaluated and presented to M DCPS Division of Facilities Design and Standards for consideration and possible approval The A E shall submit product type and the product specifications for review and possible approval by M DCPS Division of Facilities Design and Standards If waterless urinals are provided there still needs to be domestic water piping rough in to the location HVAC shall be provided to all instructional spaces and to additional areas as required by M DCPS Design Standards All custodial closets for new facilities shall be a minimum of 25 S F and receive a 24 x 24 floor sink Do not use wall mounted sinks except for an existing custodial closet that is too small to receive the floor sink Paint all above ground exposed fire sprinkler piping fittings and valves located within mechanical and electric rooms with a minimum of 10 MIL rust proof fire protection red paint Also paint the fire sprinkler piping fittings and valves in any space that has high humidity or is not an air conditioned space Exposed fi
125. re sprinkler piping in all other occupied spaces without a ceiling shall be painted to match the adjacent color schemes and shall be minimally identified as required by ANSI ASME A13 1 1996 When the piping is installed in a concealed above the ceiling space which is located over an air conditioned room it shall not be painted Under no circumstance should the sprinkler heads or cover plates be painted All natural gas services shall be provided to each school site by means of one 1 common gas meter only When using screw set fittings they shall be stainless steel Compression fittings that comply with M DCPS Design Standards shall be used when stainless steel screw set fittings are not provided Mechanical rooms that are adjacent to occupied spaces and that are subject to condensation and water leaks etc shall receive epoxy flooring with integral epoxy base Do not install epoxy flooring when the Mechanical Room is in a separate stand alone building such as a chiller building Prior to the completion of the mechanical design the A E shall test the water source to be used for all water based air conditioning systems When the supply water has a hardness content of 180 PPM or higher the Design Standards 2008 Supplement January 2008 Page 34 of 39 A E shall include a water softener system in the design The water softener system will typically be required for facilities located in the southern portions of Miami Dade County 10 T
126. rm any of the duties described in this section shall constitute a material breach of the Contract entitling the Board to terminate this Contract immediately with no further responsibility to make payment or perform any other duties under this Agreement COMPLIANCE WITH SCHOOL CODE Contractor agrees to comply with all sections of the Florida K 20 Education Code Title XLVII Florida Statutes as it presently exists and further as it may be amended from time to time Further Contractor agrees that failure to comply with the Florida K 20 Education Code shall constitute a material breach of this Contract and may result in the termination of this Contract by the Board CHARTER SCHOOLS Items or Services awarded under this contract shall be made available to Charter Schools approved by the School Board of Miami Dade County Public Schools M DCPS is not responsible or liable for purchases that may be made by Charter Schools CONFLICT OF INTEREST Former Miami Dade County Public Schools employees classified as Managerial Exempt Personnel Pay Grade 22 and above Dade County School Administrators Association Pay Grade 47 and above and other equivalent positions are prohibited from personally representing another person or entity or acting as an agent or attorney for compensation in connection with any matter in which The Schoo Board of Miami Dade County Florida is interested for two years after the School Board employees service terminates
127. rols and cards Radio controls and radio activators Push button controls B Standard ASTM F1184 replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 8 PART 3 EXECUTION Follow 01700 3 1 PREPARATION A Underground Clearances Before starting chain link fence and gate work obtain underground locations depths and clearances of underground utilities pipes cables and structures from utility companies and the Construction Documents Probe before drilling for footings in questionable locations B Remove Existing Fences Remove existing chain link fences not shown to remain Also remove other types of fence shown in Construction Documents to be replaced by chain link 1 Perform unearthing disassembling collecting and disposing of all existing fence posts fabric hardware footers keepers stops and debris accumulated along the fence line 2 Fill holes and surface irregularities created by fence removal to reduce trip hazard 3 2 TEMPORARY FENCING A Temporary Fencing Provide NPS 2 or larger driven posts and 6 ft high with 11 ga or heavier fabric tied with 11 ga steel ties Provide gates as specified for permanent construction adjustable against sagging but without mid rails 1 Coordinate so as to maintain security requirements specified in PART 1 B Removal of Temporary Fencing Remove temporary fencing when A E and Board state that levels of other
128. s may be specified in the solicitation when it is in the best interest of the Board The reasons shall be made a part of the master bid file A Prior to opening a solicitation may be canceled in whole or in part prior to the date and hour specified in the Bidder Qualification Form for receipt of bids when the Assistant Superintendent Procurement Management Services determines in writing that such action is in the best interest of the Board for reasons including but not limited to 1 The Board no longer requires the supplies services or construction 2 The Board no longer can reasonably expect to fund the procurement 3 A review of a valid protest filed by a bidder as may be determined by the administrative staff or 4 Proposed amendments to the solicitation would be of such magnitude that a new solicitation is desirable B When a solicitation is canceled prior to opening notice of cancellation shall be posted on the Districts website and sent to all businesses Solicited via facsimile or mail Any bids or proposals received for the cancelled solicitation shall be returned to the vendor unopened The notice of cancellation shall 4 Identify the solicitation 2 Briefly explain the reason for cancellation and 3 Where appropriate explain that an opportunity will be given to compete on any future re solicitation for procurements of similar supplies services or construction Revised January 12 2009 IV CHANGE
129. sage information on site via touch screen or display only LCD display equal or larger than Acer AL2216WBD The control points shall include points as described in the Master Specification Guideline section and shall include at a minimum the following A HVAC chillers pumps cooling tower fans and ventilation and exhaust fans B Boiler and water heaters C Interior and exterior lighting D Status of the fire and intrusion alarm systems Provide appropriate surge protection for all of the EMS equipment Communications between M DCPS Energy Communications and field unitary control processors shall occur on the IP Intra network Provide and install one CAT5 network cable from the EMS controller to the nearest communication closet Provide and install the school over ride panel in the school administration area within view of the Principal s office Installation shall be flush mounted with a temperature display only All ventilation fans shall be controlled through the EMS and software interlocked with corresponding air handling units All mechanical electrical janitors storage and service rooms shall have a motion detector lighting control Design Standards 2008 Supplement January 2008 Page 32 of 39 54 All exterior lighting shall follow USGBC Schools Reference Guide Light Pollution Credit 8 2007 and shall be controlled by the EMS A The lighting control system shall comply with USGBC Schools Reference Guide
130. security are sufficient to do so Remove fencing and post foundations Fill tamp and level post foundation holes to ensure no trip hazard 1 Remove trash vegetation except grass that matches adjacent new sod and ground level irregularities within 1 ft of x entire length of the former temporary fence line 3 3 INSTALLATION A Overall Chain Link Fence and Gate Assembly 1 Follow ASTM F567 and chain link fence producer s published instructions except as more stringently specified herein 2 Install components of the assembly plumb and level except as needed to closely follow vertical contours of the site 3 Rails Provide a top rail and a bottom rail at all intervals between posts and a mid rail where specified 4 Adjust post spacing to accommodate bottom rails Where the ground level slopes decrease the normal 10 ft spacing between posts to as little as 3 ft in order to be able to install bottom rails that will hug the contour of the paving or soil a Definition of hug Keep average bottom of fence dimension within 1 in of grade as measured in any 1 ft of run but never more than 2 in 5 Tension wire Do not replace a bottom rail with a tension wire unless severe grade changes make this more practical Obtain written approval of A E and Board before installing any tension wire a Where a tension wire is approved tie fabric to wire not more than 16 in oc 6 Alignment Align new fencing with existing fencing Where obstruct
131. sional when applicable All requests shall include a detailed written justification containing benefits to the District and the cost differential All requests shall be submitted with the appropriate form to the M DCPS Project Manager for review and possible written approval by the M DCPS Maintenance Facilities Operation and the Division of Facilities Design and Standards The response shall be Design Standards 2008 Supplement January 2008 Page 2 of 39 generated within 14 days of the substitution request being delivered to the Division of Facilities Design and Standards 10 Prior to beginning design the Architect Engineer A E shall meet with M DCPS Division of Facilities Design and Standards to obtain all updated Master Specification Guideline sections These sections shall replace or complement the sections from the 2004 Master Specification Guideline 11 The Project Architect Engineer A E and not M DCPS prepares the Specifications for each project The A E is required to edit the Master Specification Guidelines M DCPS Spec Guide provided to them by M DCPS so that it is project specific These guidelines contain requirements mandated by M DCPS that are not found in commercial master specification texts or in specifications used in ordinary commercial and residential construction M DCPS specification guidelines contain numerous requirements that are essential to the M DCPS instructional administrative maintenance and custodia
132. system upgrades The contractor shall install the COs based demand controlled ventilation for constant volume and variable air volume system When the Outside Air Unit OAU units are started after the optimum start stop program has ended classroom occupied mode the control system will start modulating the outside air damper from a minimum to a maximum CFM to maintain maximum PPM in the AHU return air by reading the CO sensor installed in the return for the AHU unit At the end of the OAU time schedule the damper will close and modulate to maintain the maximum CO2 set point The set point levels shall comply with ASHRAE 62 1 2004 The contractor shall provide a KW monitoring meter for the school The KW monitoring meter shall be located in the Administration Office The KW monitoring meter shall have a BACnet interface device to provide KW real time consumption for monitoring and load shedding programs that are controlled by the EMS The contractor shall provide two water consumption monitors for the schools domestic water meter and the irrigation system water meter The water consumption monitors shall be located in the Administration Office The Water consumption monitor shall have a BACnet interface 42 MDCPS Network Services has reserved a group of IP addresses at each School for the Energy Management System interconnectivity as follows The first 4 digits are the School IP address All communication from the EMS system
133. t shall be relocated adjacent to the Instructor s Technology Center In large Cafetoriums provide necessary power and data conduits to support the installation of two in contract IC electric screens and two not in contract NIC ceiling mounted digital projectors Confirm this requirement with M DCPS Division Facilities Design and Standards on a per project basis The Antenna tower shall be of sufficient height to provide line of sight signals from the M DCPS transmitter Antenna requirements height type location design etc shall be reviewed for acceptance by M DCPS Media Programming Field Engineering Office 786 275 0808 The use of a metal monopole antenna tower may be used In no case shall the height of the tower be less than 125 above grade The next group of items for Division 13 are requirements developed by M DCPS Information Technology Services ITS The A E shall comply with all of the new Design Standards for ITS Prior to beginning the design the A E shall meet with M DCPS Division of Facilities Design and Standards to obtain the appropriate updated Master Specification Guideline sections Design Standards 2008 Supplement January 2008 Page 22 of 39 11 12 13 14 The Main Communication Closet MCC which was previously labeled the Main Telephone Communications Room and all Satellite Wiring Closets shall be air conditioned spaces The MCC shall be provided with a supplemental HVAC system for regula
134. th the agency a notice of protest in writing within 72 hours after the posting of the notice of decision or intended decision With respect to a protest of the terms conditions and specifications contained in a solicitation including any provisions governing the methods of ranking bids proposals or replies awarding contracts reserving rights of further negotiation or modifying or amending any contract the notice of protest shall be filed in writing within 72 hours after the posting of the solicitation The formal written protest shall be filed within 10 days after the date the notice of protest is filed The formal written protest shall state with particularity the facts and law upon which the protest is based Saturdays Sundays and state holidays shall be excluded in the computation of the 72 hour time periods established herein C The protesting party shall be required to post a bond consistent with F A C Rule 28 110 005 2 and Board Rule 3C 1 11 Failure to file a protest within the time prescribed in Section 120 57 3 Florida Statutes or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120 Florida Statutes D Formal written protests will be reviewed by Procurement Management Services who will offer the protesting bidder the opportunity to meet and discuss the merits of the protest If the protest is not resolved the bidd
135. tile and a poured in place granulated rubber bed are presently being evaluated and may also be considered in these areas The A E shall submit product type and the product specifications for review and possible approval by M DCPS Division of Facilities Design and Standards Do not use sand for the primary play area or the playground equipment area 2 Racquetball courts are no longer required for new facilities 3 The use of xeriscaping for all landscaped areas other then sodded play fields is now a mandatory requirement The A E is encouraged to develop a design that utilizes native plant life whenever possible Consult the M DCPS Design Criteria 2004 for additional information about xeriscaping 4 The following are the new requirements for the installation of sod for school facilities Prior to beginning the landscape design the A E shall meet with M DCPS Division of Facilities Design and Standards to obtain the appropriate updated Master Specification Guideline sections A Solid rolled sod with certified Bermuda Tifway 419 Bermuda Celebration shall be provided for the all purpose PE field football field soccer field softball outfields baseball infields and outfields for all Senior High Schools It shall also be specified for other athletic specialty areas such as track and field and the areas in between the athletic fields so that it is continuous within the athletic field footprint The fields shall be designed so that there a
136. ting temperature and relative humidity requirements for after hour use The A E shall consult the M DCPS Design Standards for additional requirements for the communication closets The flooring for all Main Communications Closet MCC and Satellite Wiring Closets shall be finished prior to the installation of any equipment so that they are ready to receive all of the communications equipment The floor shall be finished with pigmented concrete sealer or pigmented concrete stain The floors for these rooms shall not be left as an unsealed concrete slab The Main Communications Closet MCC and Satellite Wiring Closets shall have clear unobstructed ceilings Ductwork piping etc for other rooms is not permitted to run through the closets An additional dedicated ground bar for the telephone system shall be provided in the MCC In addition to the dedicated 120V outlets for the voice data systems in the MCC two separate dedicated 240V 30 Amp circuits with L6 30 outlets lockable shall be provided The exact location within the MCC shall be determined by M DCPS Information Technology Services ITS Contact the ITS Department at 305 995 3332 for additional information The conduits provided for AT amp T Bellsouth in the MCC shall be installed in the lower left corner of the wall selected by the A E The conduits shall terminate at the property line at a location that is agreed to by AT amp T and A E The conduits shall end in a 24 x 36
137. tion MUST be completed and SUBMITTED with the bid if the bidder is not certified by Miami Dade County Public Schools Failure to submit the completed application with the bid will be considered non responsive C BID PROPOSAL FORM Defines requirement of items to be purchased and must be completed and submitted as page 2 and subsequent pages if any of the bid The bidder should indicate his her name in the appropriate space on each page 1 ITEM SPECIFICATION Specifying a certain brand make or manufacturer is to denote the quality type and standard of the article desired Articles offered must be new merchandise only of equal or superior grade On blank lines provided the bidder is requested to insert the brand name manufacturer s number and other information necessary to sufficiently identify article offered Failure to do so may prevent consideration of the item Also refer to paragraph xX Packaging 2 PRICES are requested in units of quantity specified in the bid specifications In case of a discrepancy in computing the total amount of bid UNIT PRICE quoted will govern All prices bid shall include delivery F 0 B destination freight prepaid bidder pays and bears freight charges Bidder owns goods in transit and files any claims and shail include all cartage drayage packing etc delivered to and unloaded at the receiving station at the site designated in BID PROPOSAL FORMS and there received by the designated agent of the B
138. tion free noise free alignment between gates and posts Lubricate and demonstrate to be in smooth quiet working order replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 12 SECTION 02832 STEEL FENCES AND GATES PART 1 GENERAL 1 01 SECTION INCLUDES A Ornamental picket fencing and accessories 1 02 REFERENCES A American Society for Testing and Materials ASTM Publications 1 A500 93 Specification for Cold formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes 2 A513 92 Specification for Electric resistance welded Carbon and Alloy Mechanical Tubing 3 A653 96 Specification for Steel Sheet Zinc coated Galvanized or Zinc iron Alloy coated Galvannealed by the MHot dip Process Structural Physical Quality 4 A924 96a Specification for General Requirements for Steel Sheet metallic coated by the Hot dip Process 5 A1l011 02 Standard Specification for Steel Sheet and Strip Hot Rolled Carbon Structural High Strength Low Alloy and High Strength Low Alloy with Improved Formability 6 B695 91 Specifications for Coatings of Zinc Mechanically Deposited on Iron and Steel 1 03 SUBMITTALS A Product Data Manufacturer s catalog cuts indicating material compliance and specified options B Shop drawings Layout of fence and gates with dimensions details and finishes of component accessories and post foundations
139. uired to complete fence system Galvanize each ferrous metal item according to ASTM B695 and finish to match framing M DCPS MASTER Jan 04 SPECIFICATION GUIDELINES 02832 3 4 Post Caps a Formed steel cast of malleable iron or aluminum alloy weather tight closure cap b Provide post cap for each post 5 Picket Tops Square edged or rounded Points are not allowed C Setting Material 1 Concrete Minimum 28 day compressive strength of 3 000 psi 2 Flanged Posts Provide flange type base plates with 4 holes for surface mounting of posts where indicated PART 3 EXECUTION 3 01 EXAMINATION A Verify areas to receive fencing are completed to final grades and elevations B Ensure property lines and legal boundaries of work are clearly established 3 02 INSTALLATION A Install fence according to manufacturer s instructions B Space posts uniformly at 8 0 maximum face to face unless otherwise indicated C Concrete Set Posts 1 Drill hole in firm undisturbed or compacted soil 2 Holes shall have diameter 4 times greater than nominal outside dimension of post and depths of approximately 6 inches deeper than post bottom 3 Excavate deeper as required for adequate support in soft and loose soils and for posts with heavy lateral loads 4 Set post bottom 36 inches below surface when in firm undisturbed soil 5 Place concrete around post in continuous pour 6 Trowel finish around posts and slope direct water aw
140. unty Florida its members officers and employees PERFORMANCE SECURITY is required on this bid YES I NO Refer to INSTRUCTIONS TO BIDDERS para VII IF PERFORMANCE SECURITY IS REQUIRED PLEASE INDICATE THE TYPE TO BE FURNISHED Performance Bond C Check Cashier s Certified or equal An original manual signature is required on the Bidder Qualification Form Bidder is requested to use blue ink do not use pencil Legal Name of Vendor Zip Code By Signature Original Of Authorized Representative Name Typed or Printed Of Authorized Representative FM 3191 Rev 06 08 DISCLOSURE OF EMPLOYMENT OF FORMER SCHOOL BOARD EMPLOYEES Pursuant to School Board Rule 6Gx13 3F 1 025 which may be accessed at http www2 dadeschools net schoolboard rules all bidders proposers consultants and contractors are required to disclose the names of any of their employees who serve as agents or principals for the bidder proposer or contractor and who within the last two years have been or are employees of the School Board Such disclosures will be in accordance with current School Board rules but will include at a minimum the name of the former School Board employee a list of the positions the employee held in the last two years of his or her employment with the School Board and the dates the employee held those positions NAME LIST OF POSITIONS DATES EMPLOYEE HELD POSITION LOBBYISTS Board rule 6Gx13 8
141. ve Roof Blocking ARBS 16 gauge galvanized metal or approved equal Tilt up walls along low to high roof transition shall not have the decorative reveal The tilt wall panel joints shall be covered with a stainless steel metal plate All fasteners used shall be removable exposed fasteners shall have grommetted washers Traffic pads shall be installed at all ladder landings all sides of all equipment three sides of all roof hatches and any other item that may require maintenance Ensure equipment pipes curbs stands roof jacks lightning protection penetrations hatches maintain a minimum 24 inch distance from walls and other penetrations Roof assembly edge guards shall be provided at rooftop equipment that is closer than 10 feet from the edge of the roof Whenever possible the roof top equipment should be placed more than 10 feet from the edge of the roof to avoid the edge guards The edge guards must be engineered by the A E of record firmly anchored to the structural and flashed The edge guards should be anchored to the structure at the building fascia in lieu of anchoring through the roof membrane whenever possible Penetrations through the roof shall be kept at a minimum wherever possible Lightning protection penetrations shall be placed in the wall through the parapet flashing and not in the field of the roof Equipment curbs shall be prefabricated and installed on the structural deck so as to meet the minimum height a
142. wing article for all facilities except where required by the Educational replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 7 Specifications for some schools with agricultural programs Do NOT use barbed wire in any other situation no matter how much security is desired Where extension arms are needed select either inside the fence or outside the fence location KKKKK KKK KKKKKK KK KKK KKKK KKK KK KKKKK KKK KKKEE 2 10 BARBED WIRE A Barbed Wire Extension Arms Steel holding 3 strands of barbed wire at a 45 angle from 4 to 12 in above and inside outside of the fence s top rail hot dip galvanized after fabrication Provide specially shaped arms at corners B Barbed Wire Double strand 12 5 ga 0 099 in diameter twisted steel wire with 14 ga 0 080 in 4 point barbs woven in 5 in oc all hot dip zinc galvanized after weaving 1 Do not use Aluminum aluminum alloy wire or aluminum coating 2 Standard ASTM A121 Type Z Standard Grade Design No 12 4 5 14R KKKKK KKK KKKKKK KKK KK KKKK KKK KK KKKKK RRR RRR SPECIFIER If the Educational Specifications call for a manual or mechanized horizontal slide gate which is infrequent complete the article below otherwise delete the following article in its entirety Do not use wheeled swinging gates gate leafs with wheel at end or vertical lift gates KKKKKKKKKKKKKK KK KKK KKKK KKK KKKKKK RRR RR
143. y A E and Board 4 Center rails Provide at fences 8 ft and higher a Install to run continuously between line corner gate pull and end posts b Install mid rail at the fence s half height level F Bracing Installation Brace end corner and pull posts sufficiently to stretch fabric and to provide stability against wind and forced entry forces 1 Install bracing in both directions from each corner end and pull post inclined no more than 50 from ground with concrete footings at bracing ends to resist pulling thrust 2 In addition provide pull post bracing at a post sized for pulling forces every 200 ft in straight fence runs 3 Attach brace halfway up end corner and pull posts 4 Fasten horizontal bracing members with truss rods from end corner and pull posts to the adjacent line post replace this line with project name and date MDCPS Spec Guide April 3 2009 project number Chain Link Fences and Gates 02830 10 G Fabric and Fastener Installation 1 Fabric Place fabric on outside of posts in the longest practicable rolls a Join rolls by weaving a single picket into the ends of the rolls b Stretch fabric to remove slack before fastening and to provide a smooth uniform appearance c Set edge of fabric 0 to 2 in above ground level Stretcher bars Provide 1 tension bar for each gate or end post and 2 bars for each corner or pull post Attach stretcher bars 2 in shorter than fabric height with tensio
144. y installed breakers Manufactured packaged systems shall comply with the following consumption limitations A 1 26 maximum KW per ton for units with less than 25 tons capacity B 1 20 maximum KW per ton for units with greater than 25 tons capacity Water cooled systems shall be used when the systems are over 200 tons The A E shall investigate FPL incentive programs All chillers AHU s and fans shall be connected to the fire alarm system All chillers AHU s and outside air intake fans shall shutdown upon activation of the fire alarm system Division 16 Electrical 1 2 The use of electric hand dryers in student staff and public restrooms is not allowed Classroom lighting shall be capable of two lighting levels One mode at full level lighting and one mode at reduced lighting level The two levels of Design Standards 2008 Supplement January 2008 Page 37 of 39 lighting shall be switched from front to back to allow for the darkening of the front of the Classroom for audiovisual presentations 3 The use of pendent type lighting for classrooms and administration spaces is permitted only when approved by M DCPS Division of Facilities Design and Standards on a per project basis The A E shall submit the proposed pendent light fixture manufacturer and specifications for review and possible approval by M DCPS Division of Facilities Design and Standards 4 The exterior corridor lighting circuits shall be controlled

Download Pdf Manuals

image

Related Search

Related Contents

BMC User Manual  JBL Synchros S700 User's Manual  SEMAINE N°4 INÉDIT - MÉTIERS DANGEREUX, ELLES ADORENT !  SR4000/SR4500 User Manual  User Manual - Master Electrónicos  Untitled - Biblioteca  VENTE AUX ENCHERES PUBLIQUES Vendredi 27  Lennox Hearth G24-200 User's Manual  ASSMANN Electronic AK 103 5M printer cable  RE-T13  

Copyright © All rights reserved.
Failed to retrieve file