Loading...
HomeMy WebLinkAbout2013-211A /'o /Aa / .zo l3 v . /v � � 13 111 �L�RI�A CONTRACT DOCUMENTS AND SPECIFICATIONS FOR HISTORIC DODGERTOWN (fka VERO BEACH SPORTS VILLAGE ) ROOM RENOVATIONS BID NO . 2014003 PROJECT NO . 1341 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY , FLORIDA JOSEPH E . FLESCHER , CHAIRMAN WESLEY S . DAVIS , VICE CHAIRMAN COMMISSIONER PETER D . O ' BRYAN COMMISSIONER BOB SOLARI COMMISSIONER TIM ZORC JOSEPH A . BAIRD , COUNTY ADMINISTRATOR JEFFREY R . SMITH , CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD , COUNTY ATTORNEY CHRISTOPHER R . MORA , P . E . , PUBLIC WORKS DIRECTOR CHRISTOPHER J . KAFER , JR . , P . E . , COUNTY ENGINEER N, - - - 00001 - Project Title Page - REV 04-07. doc r' WILL Aja (Q(] {ryFrJPt .A ' F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -His lonc C�odlgertown a VB Sports Village Room Renovations)\Admin\bid documentslMaster Contract - Docs\Master Contract Documents\00001 . Project Title Page - REV 04-07 . doc TABLE OF CONTENTS Section No . Title DIVISION 0 - BIDDING DOCUMENTS , CONTRACT FORMS , AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships 00456 Qualifications Questionnaire 00458 List of Subcontractors CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor' s Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor' s Final Certification of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive DIVISION 1 = GENERAL REQUIREMENTS DIVISION 2 — TECHNICAL PROVISIONS 00010- 1 F : \Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00010 - Table of Contents - REV 04-07 . doc SECTION 00200 — Instructions to Bidders TABLE OF CONTENTS Article No . - Title Page ARTICLE 1 — DEFINED TERMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 2 — COPIES OF BIDDING DOCUMENTS . h 0 a a d s 2 a s 0 0 0 0 0 0 s 0 0 0 0 a 0 0 9 a 0 0 0 0 0 0 a 6 4 a M a a 0 * . , . 0 0 0 4 0 q , 9 0 a a s 0 s s & ARTICLE 3 — QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 4 — EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA , ANDSITE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 — PRE— BID CONFERENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ARTICLE 6 — SITE AND OTHER AREAS . . . . . , , , . . , , , . , . . . . . . W 9 0 . a 9 a v 0 6 9 0 v t 9 9 P 0 0 9 v v 0 9 v 1 0 0 * 0 v * I I I I d I 1 9 a 6 0 0 0 . a a 0 0 a s a 3 ARTICLE 7 — INTERPRETATIONS AND ADDENDA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ARTICLE 8 — BID SECURITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 9 — CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 10 — LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 11 — SUBSTITUTE AND " OR— EQUAL" ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 12 — SUBCONTRACTORS , SUPPLIERS , AND OTHERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 13 — PREPARATION OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 14 — BASIS OF BID ; EVALUATION OF BIDS . 0 a 0 & a s a a a s & 0 s 6 a 6 0 0 0 s 0 a 0 1 0 0 a I * s s % 0 0 0 6 s a a 0 9 a a 0 0 s & & 6 1 ft I 1 9 a 9 96 ARTICLE 15 — SUBMITTAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 7 ARTICLE 16 — MODIFICATION AND WITHDRAWAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE 17 — OPENING OF BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE 18 — BIDS TO REMAIN SUBJECT TO ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE 19 — AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 20 — CONTRACT SECURITY AND INSURANCE . . . . . v too * * WPPDONVO 0 ME 0 a * * * * as 0 16616060 * 4 * 6 11Pvq v 000 8 ARTICLE 21 — SIGNING OF AGREEMENT ' , , ' ' " , , , , " " . . . . . . . . . . . . . . . * I 1 6 a s h a s 6 & & 0 0 0 0 0 a 0 0 * 0 0 0 a M v v v M q v 0 9 v a a 0 0 * a 0 , a 0 & 9 00200 - Instructions to Bidders REV 04-07 . doc 00200 - i F :\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07 . doc SECTION 00200 was Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Award of Contract ' . , , , , . , . , , , , , , . . . . . . . . . . . . 19 Basis of Bid ; Evaluation of Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 BidSecurity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 Bids to Remain Subject to Acceptance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 Contract Security and Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 ContractTimes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Copiesof Bidding Documents . . . . . . . . , . , , , , , , . , . , 9 0 a a 0 0 a 9 a a 1 0 0 a % % 0 0 0 0 0 0 0 a a 0 0 a a 0 a 0 a 0 0 1 a 0 0 0 0 0 0 0 a 0 9 0 a so SIM00000 * me 9 0 0 0 0 1 0 a ' , a * ' Opeoss 2 DefinedTerms . I a a I 1 6 a I I I I I I I I I a 1 6 1 1 a a 9 1 0 * a 6 a 0 9 a a 0 0 0 a 0 a 0 a 0 0 0 a 0 a 9 a 0 a a a 0 a a a * 1 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 a a a 0 a a & 0 0 a I a a 0 a 0 1 a 9 1 0 0 0 1 a 0 a a 0 a 0 6 a 0 0 1 0 1 a a 4 0 1 1 0 0 a a 1 Examination of Bidding Documents , Other Related Data , and Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Interpretations and Addenda . . . . . . . . . . . . . sad I Ism * , , am * 11119111610pol sqV09096 I age 0 " I ' ll III ' a , d * . . . a 0 6 6 4 4 1 1 0 a a 0 a a a 0 a a a 1 7 LiquidatedDamages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 Modification and Withdrawal of Bid . 6 6 6 6 1 1 1 6 0 6 a 1 0 1 6 0 1 1 1 1 1 1 1 1 1 0 0 0 6 0 0 a I a I a 1 0 1 0 a 1 0 a 0 0 0 0 a 0 0 0 0 0 a a 1 0 0 1 4 a 0 4 a 0 0 0 0 0 6 a 0 0 0 0 a a 0 0 0 a a I a a 0 a 0 1 1 6 Openingof Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 Pre- Bid Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Preparationof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Qualificationsof Bidders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . n 3 Signingof Agreement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 Siteand Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 Subcontractors , Suppliers and Others . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 Submittalof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 Substitute or " Or- Equal " Items . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 00200 - Instructions to Bidders REV 04-07 . doc 00200 - ii F: \Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)1Admin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07. doc SECTION 00100 = Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 27th Street Vero Beach, Florida 32960 r � LORi� Telephone : ( 772 ) 5671111m8000 FAX : ( 772 ) 770 - 5140 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2 : 00 P . M . on Friday , October 11 , 2013 . Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words " Historic Dodgertown Room Renovations and Bid No . 2014003" . Bids should be addressed to Purchasing Division , 1800 27th Street , Vero Beach , Florida 32960 . All bids will be opened publicly and read aloud at 2 : 00 P . M . All bids received after 2 : 00 P . M . , of the day specified above , will be returned unopened . INDIAN RIVER COUNTY PROJECT NO. 1341 INDIAN RIVER COUNTY BID NO. 2014003 PROJECT DESCRIPTION: Project consists of renovating 66 rooms at the Dormitory Complex at Historic Dodgertown (fka Vero Beach Sports Village), the renovations include demolition of certain room facilities and installation of new facilities. Work includes electrical, plumbing, drywall, painting, flooring, cabinetry, counters, etc. All material and equipment furnished and all work performed shall be in strict accordance with the plans , specifications , and contract documents pertaining thereto , which may be obtained from the Public Works Department/Engineering Division , 1801 27th Street , Vero Beach , Florida , 32960 , ( 772 ) 226- 1283 . Copies of the plans and specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Indian River County. in the amount of $50. 00 for each set, which represents cost of printing and handling, which is non-refundable. Communications concerning this bid shall be directed to IRC Purchasing Division at purchasinq (d,) ircgov . com . All bidders shall submit one ( 1 ) original and one ( 1 ) copy of the Bid Proposal forms provided within the specifications . BID SECURITY must accompany each Bid , and must be in the form of an AIA Document A310 Bid Bond , properly executed by the Bidder and by a qualified surety , or a certified check or a cashier' s check , drawn on any bank authorized to do business in the State of Florida . Bid Security must be in the sum of not less than Five Percent ( 5% ) of the total amount of the bid , made payable to Indian River County Board of County Commissioners . In 00100 - Advertisement for Bids REV 04-07 . doc 00100 - 1 F :\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00100 - Advertisement for Bids REV 04-07. doc the event the Contract is awarded to the Bidder , Bidder will enter in a Contract with the County and furnish the required 100 % Public Construction Bond within the timeframe set by the County . If Bidder fails to do so , the Bid Security shall be retained by the County as liquidated damages and not as penalty . Please note that the questionnaire must be filled out completely including the financial statement . The County reserves the right to delay awarding of the Contract for a period of ninety ( 90 ) days after the bid opening , to waive informalities in any bid , or reject any or all bids in whole or in part with or without cause/or to accept the bid that , in its judgement , will serve the best interest of Indian River County , Florida . The County will not reimburse any Bidder for bid preparation costs . A MANDATORY Pre- Bid Conference will be held on September 25 , 2013 at 10 : 00 A . M . , at Historic Dodgertown located at 3901 26th Street , Vero Beach , Florida , 32960 . The rooms proposed for renovation will be available for viewing and inspection following the Pre- bid Conference until 5 : 00 P . M . ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS REQUIRED . For direction/map to Pre- bid meeting site please call ( 772 ) 226- 1283 . INDIAN RIVER COUNTY By : Jennifer Hyde Purchasing Manager For Publication in the Vero Beach Press Journal Date : September 9 , 2013 For: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication to : INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building " B" Vero Beach , FL 32960 00100 - Advertisement for Bids REV 04-07 . doc 00100 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00100 - Advertisement for Bids REV 04-07 . doc m . - v, ir _ �. , se t VILA A, AR • K �. { ALA, AAA \ AV A ` IN , ¢ LI � �, ell I ALL, 11 I'll All I -v VAN #t „ ,; `C` u atake :: le AN I r n ALA, I , , L ,. ,., : . is a. f^S� ` -; h e f v ALL n 4;. r KLAN ;'*' t� }n to 5 RVAN ALL A , ANION `A,; All yy ° , m AN ALAN ALAN A III VANY, , . AN • a # Lee , AV I I w '°AV j a t Neo4LZ A4 ALA ALL Are A, y a . . r, �7h 4Al a 2 } NNA 4 NAVA AN, L 14 y eve I } / �i . w VL el 12 Ate" 41 ALL-L ya f r} .. t n :�« 'ern:§` ..,,,qu. LAN* c A a s !" t, NAWAN A nava. ' ,r„ ,r,y, -ps LL "' `" R- VeL ,., r Ie R a „ ,. � x. L 1 , . :. r,� NNFALL Liver = ,., . . OIL C� I N�ANL NI Leeu M t z "< x %All A ` \ N ell A 11 IN `,All All a NAL L A Al x L ILA A I \ � � 4 y�� .y <R" £ _ VI IN AN 'I +k : ' `.` ' • ILI LA LA f t \ , e . . _ \ A. .. # . A �- � . � '� t liN% ALL a uALL A< : AN AN 7l� •a A ca ` .a^ z _ . A I AN AV All ,. 7 �" III I a s g s , As ' %e A t ,a 5VI • , _ SECTION 00200 = Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1901 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions . Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A . Bidder--The individual or entity who submits a Bid directly to OWNER . B . Issuing Office--The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered . C . Successful Bidder--The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER ' s evaluation as hereinafter provided ) makes an award . ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2 . 01 Complete sets of the Bidding Documents in the number and for the deposit sum , if any , stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office . 2 . 02 Complete sets of Bidding Documents must be used in preparing Bids ; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents . 2003 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use . ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3 . 01 To demonstrate Bidder' s qualifications to perform the Work , within five days of OWNER 's request Bidder shall submit written evidence such as financial data , previous experience , present commitments , and such other data as may be called for below. A. Bidder must have at least five years ' experience in the construction of similar projects of this size and larger. B . Bidder must have successfully constructed , as prime CONTRACTOR , at least three projects similar in scope to this project . C . Bidder must have good recommendations from at least three clients similar to the OWNER . D . The Bidder' s superintendent and assistants must be qualified and experienced in similar projects in all categories . E . Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located . 00200 - Instructions to Bidders REV 04-07 . doc 00200 - 1 F Tublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village ) Room Renovations)V\dmin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07. doc Rev. 05/01 3 . 02 Each bid must contain evidence of Bidder' s qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract . 3 . 03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications . ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA , AND SITE 4 . 01 It is the responsibility of each Bidder before submitting a Bid to : A. examine and carefully study the Bidding Documents , including any Addenda and the other related data identified in the Bidding Documents ; B. VISIT THE SITE AFTER CONTACTING THE ENGINEER ( CHRISTOPHER J . KAFER, JR . , P. E . , ( 772 ) 226 -1221 ) TO MAKE ARRANGEMENTS IN ADVANCE , AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL , LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS , AND PERFORMANCE OF THE WORK ; C . become familiar with and satisfy Bidder as to all federal , state , and local Laws and Regulations that may affect cost, progress , or performance of the Work ; D . obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations , investigations , explorations , tests , studies , and data concerning conditions (overhead , surface , subsurface , and Underground Facilities) at or contiguous to the Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by Bidder, including any specific means , methods , techniques , sequences , and procedures of construction expressly required by the Bidding Documents , and safety precautions and programs incident thereto ; E . agree at the time of submitting its Bid that no further examinations , investigations , explorations , tests , studies , or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents ; F . become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents ; G . correlate the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations , investigations , explorations , tests , studies , and data with the Bidding Documents ; H . promptly give ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and I . determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work . 00200 - Instructions to Bidders REV 04-07 .doc 00200 - 2 F :\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)V\dmin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07 doc Rev. 05/01 4 . 02 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4 , that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means , methods , techniques , sequences , and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents , that Bidder has given ENGINEER written notice of all conflicts , errors , ambiguities , and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work . ARTICLE 5 - PRE - BID CONFERENCE 5 . 01 The date , time , and location for a Pre- Bid conference , if any , are specified in the Advertisement for Bids . Representatives of OWNER and ENGINEER will be present to discuss the Project . Bidders are REQUIRED to attend and participate in the conference . ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference . Oral statements may not be relied upon and will not be binding or legally effective . The MANDATORY Pre- Bid conference will be from 10 : 00 a . m . to approximately 11 : 30 a . m . The proposed rooms to be renovated will be open until 5 : 00 p . m . for inspection and viewing by bidders . ARTICLE 6 - SITE AND OTHER AREAS 6 . 01 The Site is identified in the Bidding Documents . All additional lands and access thereto required for temporary construction facilities , construction equipment , or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR . Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents . ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7 . 01 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING ( purchasing (@, ircgov . com ) in writing . Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents . Questions received less than ten days prior to the date for opening of Bids may not be answered . Only questions answered by Addenda will be binding . Oral and other interpretations or clarifications will be without legal effect . 7 . 02 Addenda may be issued to clarify , correct , or change the Bidding Documents as deemed advisable by OWNER or ENGINEER . 00200 - Instructions to Bidders REV 04-07 . doc 00200 - 3 F : \Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07. doc Rev. 05/01 ARTICLE 8 - BID SECURITY 8 . 01 Each Bid must be accompanied by Bid Security made payable to OWNER in the amount of five percent of the Bidder' s maximum base bid price and in the form of a certified check ; cashier' s check ; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of Paragraph 5 . 01 of the General Conditions . The Bid Bond shall be executed by such sureties as are named in the current list of " Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended ) by the Financial Management Service , Surety Bond Branch , U . S . Department of the Treasury . The Surety must be authorized to issue surety bonds in Florida . The Bidder shall require the attorney- in -fact who executes any Bond , to affix to each a current certified copy of their Power of Attorney , reflecting such person ' s authority as Power of Attorney in the State of Florida . Further, at the time of execution of the Contract , the Successful Bidder shall for all Bonds , provide a copy of the Surety' s current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304- 9308 . The Surety shall also meet the requirements of paragraphs 5 . 01 and 5 . 02 of the General Conditions . 8 . 02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents , furnished the required contract security and met the other conditions of the Notice of Award , whereupon the Bid security will be returned . If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award , OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by the owner. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 91 days after the Bid opening , whereupon Bid Security furnished by such Bidders will be returned . 8 . 03 Bid Security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening . ARTICLE 9 - CONTRACT TIMES 9 . 01 The number of calendar days within which , or the dates by which , the Work is to be completed and ready for final payment are set forth in the Agreement . ARTICLE 10 - LIQUIDATED DAMAGES 10 . 01 Provisions for liquidated damages , if any , are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND " OR- EQUAL " ITEMS 11 . 01 The Contract , if awarded , will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or " or-equal " items . Whenever it is specified or described in the Bidding Documents that a substitute or " or- 00200 - Instructions to Bidders REV 04-07 . doc 00200 - 4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07 . doc Rev. 05/01 equal' item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER , application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement . The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements . ARTICLE 12 - SUBCONTRACTORS , SUPPLIERS , AND OTHERS 12 . 01 If the Supplementary Conditions require the identity of certain Subcontractors , Suppliers , individuals , or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement , the apparent Successful Bidder, and any other Bidder so requested , shall within five days after Bid opening , submit to OWNER a list of all such Subcontractors , Suppliers , individuals , or entities proposed for those portions of the Work for which such identification is required . Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual , or entity if requested by OWNER . If OWNER or ENGINEER , after due investigation , has reasonable objection to any proposed Subcontractor, Supplier, individual , or entity , OWNER may , before the Notice of Award is given , request apparent Successful Bidder to submit a substitute , without an increase in the Bid . 12 . 02 If apparent Successful Bidder declines to make any such substitution , OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors , Suppliers , individuals , or entities . Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual , or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6 . 06 of the General Conditions . 12 . 03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual , or entity against whom CONTRACTOR has reasonable objection . ARTICLE 13 - PREPARATION OF BID 13 . 01 The Bid form is included with the Bidding Documents , 13 . 02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed . A Bid price shall be indicated for each section , Bid item , alternative , adjustment unit price item , and unit price item listed therein , or the words " No Bid , " " No Change , " or " Not Applicable" entered . 13 . 03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign . The corporate seal shall be affixed and attested by the secretary or an assistant secretary . The corporate address and state of incorporation shall be shown below the signature . 13 . 04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature) , accompanied by evidence of authority to sign . The official address of the partnership shall be shown below the signature . 00200 - Instructions to Bidders REV 04-07 .doc 00200 - 5 F . \Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07. doc Rev. 05/01 13 . 05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign . The state of formation of the firm and the official address of the firm must be shown below the signature . 13 . 06 A Bid by an individual shall show the Bidder' s name and official address . 13 . 07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form . The official address of the joint venture must be shown below the signature . 13 . 08 All names shall be typed or printed in ink below the signatures . 13 . 09 The Bid shall contain an acknowledgment of receipt of all Addenda , the numbers of which shall be filled in on the Bid form . 13 . 10 The address and telephone number for communications regarding the Bid shall be shown . 13 . 11 The Bid shall contain evidence of Bidder' s authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract . Bidder' s state contractor license number or county registration number for the state or county of the Project , if any, shall also be shown on the Bid form . 13 . 12 All supporting information requested in the Bid Form must be furnished . Do not leave any questions or requests unanswered . ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS 14 . 01 Unit Price A . Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule . B . The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item . The final quantities and Contract Price will be determined in accordance with paragraph 11 . 03 of the General Conditions . C . Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . 14 . 02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances , if any , named in the Contract Documents as provided in paragraph 11 . 02 of the General Conditions , 14 . 03 The Bidder' s attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule , or elsewhere , is approximate only and not guaranteed . The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities , nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work , or other conditions pertaining thereto . 00200 - Instructions to Bidders REV 04-07 . doc 00200 - 6 F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07. doc Rev. 05/01 ARTICLE 15 - SUBMITTAL OF BID 15 . 01 The Bid form is to be completed and submitted with the Bid security and the following data : A . Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships . B . Qualifications Questionnaire . C . List of Subcontractors . 15 . 02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project Title and Bid Number (and , if applicable , the designated portion of the Project for which the Bid is submitted ) , Bid Number, the name and address of Bidder, and shall be accompanied by the Bid security and other required documents . If mail or other delivery system sends a Bid , the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation " BID ENCLOSED . " A mailed Bid shall be addressed to Indian River County , Purchasing Division , 1800 27th Street , Vero Beach , Florida , 32960 . ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16 . 01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids . 16 . 02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER through the PURCHASING DIVISION and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid , that Bidder may withdraw its Bid , and the Bid security will be returned . Thereafter, if the Work is rebid , that Bidder will be disqualified from further bidding on the Work . ARTICLE 17 - OPENING OF BIDS 17 . 01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and , unless obviously non- responsive , read aloud publicly . An abstract of the amounts of the base Bids and major alternates , if any , will be made available to Bidders after the opening of Bids . ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18 . 01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form , but OWNER may , in its sole discretion , release any Bid and return the Bid security prior to the end of this period . 00200 - Instructions to Bidders REV 04-07 . doc 00200 - 7 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\4dmin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07 . doc Rev. 05/01 ARTICLE 19 - AWARD OF CONTRACT 19 . 01 OWNER reserves the right to reject any or all Bids , including without limitation , nonconforming , nonresponsive , unbalanced , or conditional Bids . OWNER further reserves the right to reject the Bid of any Bidder whom it finds , after reasonable inquiry and evaluation , to be non-responsible . OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price , time , or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs . Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted , the Bidder, by submitting its Bid , expressly waives any claim to damages , of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith . 19 . 02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered . Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest . 19 . 03 In evaluating Bids , OWNER will consider whether or not the Bids comply with the prescribed requirements , and such alternates , unit prices and other data , as may be requested in the Bid Form or prior to the Notice of Award . 19 . 04 In evaluating Bidders , OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors , Suppliers , and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors , Suppliers , and other individuals or entities must be submitted as provided in the Supplementary Conditions . 19 . 05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications , and financial ability of Bidders , proposed Subcontractors , Suppliers , individuals , or entities to perform the Work in accordance with the Contract Documents . 19 . 06 If the Contract is to be awarded , OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20 . 01 Article 5 of the General Conditions , as may be modified by the Supplementary Conditions , sets forth OWNER 's requirements as to Public Construction Bond and insurance . When the Successful Bidder delivers the executed Agreement to OWNER , it must be accompanied by such Bond , unless the Bond has been waived due to the total contract being less than $ 100 , 000 . 00200 - Instructions to Bidders REV 04-07 . doc 00200 - 8 F: Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07 . doc Rev. 05/01 ARTICLE 21 - SIGNING OF AGREEMENT 21 . 01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto . Within fifteen ( 15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER . 21 . 02 OWNER shall return one fully signed counterpart to Successful Bidder. 21 . 03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21 . 01 above , the additional time in calendar days , required to correctly complete the documents will be deducted , in equal amount , from the Contract time . Or , the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred , and the Contract may be awarded as the OWNER desires . * * END OF SECTION 00200 - Instructions to Bidders REV 04-07 . doc 00200 - 9 F . \Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (tka VB Sports Village) Room Renovations)Vidmin\bid documents\Master Contract Docs\Master Contract Documents\00200 - Instructions to Bidders REV 04-07. doc Rev. 05/01 SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS : SECTION TITLE SECTION NUMBER Bid Form 00310 Bid Bond 00430 Sworn Statement on Disclosure of Relationships 00452 Qualifications Questionnaire 00456 List of Subcontractors 00458 SUBMIT ONE ( 1 ) ORIGINAL AND ONE ( 1 ) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION 00300 - Bid Package Contents - REV 04-07 . doc 003001 F :\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Vadmin\bid documents\Master Contract Docs\Master Contract Documents\00300 - Bid Package Contents - REV 04-07. doc SECTION 00310 - Bid Form PROJECT IDENTIFICATION : Project Name : HISTORIC DODGERTOWN ROOM RENOVATIONS County Project Number: 1341 Bid Number: 2014003 Project Address : 3901 26 Street Vero Beach , Florida 32960 Project Description : Project consists of renovating 66 rooms at the Dormitory Complex at Historic Dodgertown (fka Vero Beach Sports Village) , the renovations include demolition of certain room facilities , and installation of new facilities . Work includes electrical , plumbing , -- drywall , painting , flooring , cabinetry , counters , etc. THIS BID IS SUBMITTED TO : INDIAN RIVER COUNTY 180027 1h Street VERO BEACH , FLORIDA 32.960 1 .01 The undersigned Bidder proposes and agrees , if this Bid is accepted , to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2. 01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening , or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3. 01 In submitting this Bid , Bidder represents , as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents , the other related data identified in the Bidding Documents , and the following Addenda , receipt of all which is hereby acknowledged . Addendum Date Addendum Number R - a �7 - o-oc3 - � p _ 2 - afl ( 3 f� B . Bidder has visited the Site and become familiar with and is satisfied as to the general , local and Site conditions that may affect cost, progress , and performance of the Work. C . Bidder is familiar with and is satisfied as to all federal , state and local Laws and Regulations that may affect cost, progress and performance of the Work. D . Bidder has carefully studied all : ( 1 ) . reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4. 02 of the General Conditions , and (2) reports and drawings of a Hazardous 00310 - Bid Form REV 04-07. doc 00310 - 1 F:1Public Works%ENGINEERING DIVISION PROJECTS11341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documentsWWaster Contract DocsWtaster Contract Documents\00310 - Bid Form REV 04-07.doc Rev. 05/16/01 Environmental Condition , if any, which have been identified in the Supplementary Conditions as provided in paragraph 4. 06 of the General Conditions . E . Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations , investigations , explorations , tests , studies and data concerning conditions (surface , subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by Bidder, including applying the specific means , methods , techniques , sequences , and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F . Bidder does not consider that any further examinations , investigations , explorations , tests , studies , or data are necessary for the determination of this Bid for performance of the Work at the price (s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents . _ G . Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents . _ H . Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations , investigations , explorations , tests , studies , and data with the Bidding Documents . I . Bidder has given ENGINEER written notice of all conflicts , errors , ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents , and the written resolution thereof by ENGINEER is acceptable to Bidder. J . The Bidding Documents are generally sufficient to indicate and convey understanding of — all terms and conditions for the performance of the Work for which this Bid is submitted . 4. 01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group , association , organization or corporation ; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid ; Bidder has not solicited or induced any individual or entity to refrain from bidding ; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER . [The remainder of page intentionally left blank] 00310 - Bid Form REV 0407. doc 00310 - 2 PIPublic WorksIENGINEERING DIVISION PROJECTS11341 -Historic Dodgertown (1ka VB Sports Village) Room Renovations)Vldminlbid documentsWtaster Contract DocslMaster Contract Documents100310 - Bid Form REV 04-07.doc Rev. 05/16/01 ITEMIZED BID SCHEDULE * * * *ADDENDUM NO . 2-REVISED OCTOBER 4, 2013 * * * * PROJECT NAME : HISTORIC DODGERTOWN ROOM RENOVATIONS PROJECT NO ./BID NO . 1341/2014003 BIDDER ' S NAME : OAC ACTION CONSTRUCTION , CORP. Item No. Description Unit Quantity Unit Price amount 1 MOBILIZATION/DEMOBILIZATION LS 1 23588 23588 STORAGE FACILITIES FOR EXISTING FURNITURE & NEW FIXTURES 2 TO BE USED (TO ACCOMMODATE 5/6 ROOMS) PW 44 125 5500 3 REGULAR ROOM #101 RENOVATIONS LS 1 7346 7346 4 REGULAR ROOM # 102 RENOVATIONS LS 1 7346 7346 5 REGULAR ROOM #103 RENOVATIONS LS 1 7346 7346 6 REGULAR ROOM #104 RENOVATIONS LS 1 7346 7346 7 REGULAR ROOM #105 RENOVATIONS LS 1 7346 7346 8 REGULAR ROOM #106 RENOVATIONS LS 1 7346 7346 9 REGULAR ROOM # 107 RENOVATIONS LS 1 7346 7346 10 REGULAR ROOM #108 RENOVATIONS LS 1 7346 7346 11 REGULAR ROOM #109 RENOVATIONS LS 1 7346 7346 12 REGULAR ROOM #110 RENOVATIONS LS 1 7346 7346 13 REGULAR ROOM #111 RENOVATIONS LS 1 7346 7346 14 REGULAR ROOM # 114 RENOVATIONS LS 1 7346 7346 15 REGULAR ROOM #115 RENOVATIONS LS 1 7346 7346 16 REGULAR ROOM #116 RENOVATIONS LS 1 7346 7346 17 REGULAR ROOM #117 RENOVATIONS LS 1 7346 7346 18 REGULAR ROOM #120 RENOVATIONS LS 1 7346 7346 19 REGULAR ROOM #121 RENOVATIONS LS 1 7346 7346 20 REGULAR ROOM #122 RENOVATIONS LS 1 7346 7346 21 REGULAR ROOM #123 RENOVATIONS LS 1 7346 7346 22 REGULAR ROOM # 124 RENOVATIONS LS 1 7346 7346 23 REGULAR ROOM #125 RENOVATIONS LS 1 7346 7346 24 REGULAR ROOM #126 RENOVATIONS LS 1 7346 7346 25 REGULAR ROOM #127 RENOVATIONS LS 1 7346 7346 26 REGULAR ROOM #128 RENOVATIONS LS 1 7346 7346 27 REGULAR ROOM #129 RENOVATIONS LS 1 7346 7346 28 REGULAR ROOM #130 RENOVATIONS LS 1 7346 7346 29 REGULAR ROOM #131 RENOVATIONS LS 1 7346 7346 30 REGULAR ROOM #132 RENOVATIONS LS 1 7346 7346 ITEMIZED BID SCHEDULE * * * *ADDENDUM NO . 2-REVISED OCTOBER 4, 2013 * * * * PROJECT NAME : HISTORIC DODGERTOWN ROOM RENOVATIONS PROJECT NO ./ BID NO . 1341/2014003 BIDDER' S NAME : OAC ACTION CONSTRUCTION , CORP . Item No . Description Unit Quantity Unit Price amount 31 REGULAR ROOM #133 RENOVATIONS LS 1 7346 7346 32 REGULAR ROOM #136 RENOVATIONS LS 1 7346 7346 33 REGULAR ROOM #137 RENOVATIONS LS 1 7346 7346 34 REGULAR ROOM #138 RENOVATIONS LS 1 7346 7346 35 REGULAR ROOM #139 RENOVATIONS LS 1 7346 7346 36 REGULAR ROOM #175 RENOVATIONS LS 1 7346 7346 37 REGULAR ROOM #176 RENOVATIONS LS 1 7346 7346 38 REGULAR ROOM #177 RENOVATIONS LS 1 7346 7346 39 REGULAR ROOM # 178 RENOVATIONS LS 1 7346 7346 40 REGULAR ROOM #181 RENOVATIONS LS 1 6946 6946 41 REGULAR ROOM # 182 RENOVATIONS LS 1 7346 7346 42 REGULAR ROOM #183 RENOVATIONS LS 1 7346 7346 43 REGULAR ROOM #186 RENOVATIONS LS 1 7346 7346 44 REGULAR ROOM #187 RENOVATIONS LS 1 7346 7346 45 REGULAR ROOM #188 RENOVATIONS LS 1 7346 7346 46 REGULAR ROOM #189 RENOVATIONS LS 1 7346 7346 47 REGULAR ROOM #190 RENOVATIONS LS 1 7346 7346 48 SMALL ROOM #164 RENOVATIONS LS 1 7410 7410 49 SMALL ROOM #165 RENOVATIONS LS 1 7410 7410 50 SMALL ROOM #166 RENOVATIONS LS 1 7410 7410 51 SMALL ROOM # 167 RENOVATIONS LS 1 7410 7410 52 SMALL ROOM # 168 RENOVATIONS LS 1 7410 7410 53 SMALL ROOM #169 RENOVATIONS LS 1 7410 7410 54 SMALL ROOM # 170 RENOVATIONS LS 1 7410 7410 55 SMALL ROOM # 171 RENOVATIONS LS 1 7410 7410 56 SMALL ROOM # 179 RENOVATIONS LS 1 7410 7410 57 SMALL ROOM #180 RENOVATIONS LS 1 7410 7410 58 SUITE ROOM # 112 RENOVATIONS LS 1 7752 7752 59 SUITE ROOM #118 RENOVATIONS LS 1 1 8265 8265 60 SUITE ROOM #119 RENOVATIONS LS 1 8265 8265 ITEMIZED BID SCHEDULE * * * * ADDENDUM NO . 2-REVISED OCTOBER 4, 2013 * * * * PROJECT NAME : HISTORIC DODGERTOWN ROOM RENOVATIONS PROJECT NO ./BID NO . 1341/2014003 BIDDER'S NAME : OAC ACTION CONSTRUCTION , CORP . Item No . Description Unit Quantity Unit Price amount 61 SUITE ROOM #134 RENOVATIONS LS 1 8265 8265 62 SUITE ROOM #135 RENOVATIONS LS 1 8265 8265 63 SUITE ROOM #173 RENOVATIONS LS 1 8265 8265 64 SUITE ROOM #174 RENOVATIONS LS 1 8265 8265 65 SUITE ROOM # 184 RENOVATIONS LS 1 8265 8265 66 SUITE ROOM # 185 RENOVATIONS LS 1 8265 8265 67 CABANA ROOM #191 RENOVATIONS LS 1 8949 8949 68 CABANA ROOM #192 RENOVATIONS LS 1 8151 8151 EXTERIOR DOOR ( PLASTPRO 3141X6141 ) ( FURNISH AND INSTALL) 69 ( OR SUBSTITUTE AS APPROVED BY OWNER ) EA 58 1095 63510 WALL MOUNT BRACKET FOR 46" FLAT SCREEN TELEVISION 70 ( FURNISH AND INSTALL) EA 9 105 945 HANDRAIL ( INSTALL NEW BRACKETS AND RESECURE ) (4 71 HANDRAILS) AT STEPS FRONTING CABANA LS 1 350 350 72 HANDRAIL ( MATCH EXISTING ) ( 15 LF EACH SIDE ) LF 30 35 1050 73 CONCRETE SIDEWALK SY 20 57 1140 8004 PUBLIC CONSTRUCTION BOND LS 1 8020 8020 Project Total $ 599, 345 .00 PROJECT TOTAL ( IN WORDS ) FIVE HUNDRED NINETY NINE THOUSAND THREE HUNDRED FORTY FIVE DOLLARS & ZERO CENTS LS= Lump Sum EA= Each PW= Per Week LF= Linear Feet SY=Square Yards 5 . 01 Bidder shall complete the Work in accordance with the Contract Documents for the price (s) contained in the Bid Schedule : A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . Be The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans . Furthermore , the Owner - reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions . C . Bidder acknowledges that estimated quantities are not guaranteed , and are solely for the purpose of comparison of Bids , and final payment for all Unit Price Bid items will be based on actual quantities provided . The quantities actually required to complete the contract and work may be less or more than so estimated , and , if so , no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D . Unit Prices have been computed in accordance with paragraph 11 . 03 . 6 of the General Conditions . 6 . 01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14 . 07 . 6 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6 . 02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified , which shall be stated in the — Agreement. 7. 01 The following documents are attached to and made a condition of this Bid : A. Itemized Bid Schedule Be Required Bid security in the form of Zlt> &N ; C . Qualifications Questionnaire ; D . List of Subcontractors ; 00310 - Bid Form REV 04-07. doc 00310 - 6 F:\Public Works\ENG)NEERING DMSION PROJECTS11341 -Historic Dodgertown (fka VS Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00310 - Bid Form REV 04-07.doc 8 . 01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders , the General Conditions , and the Supplementary Conditions . SUBMITTED on 0 , 20aw State Contractor License No . C (rGO (,q �s� I If Bidder is : - An Individual Name (typed or printed) : By: (SEAL) (Individual's signature) Doing business as : _ Business address : Phone No . : FAX No . : A Partnership Partnership Name : (SEAL) By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed) : -- Business address : Phone No . : FAX No . : A Corporation Corporation Name : OAC & ifk• e. JS7 VZiAtcr-n 6403e 0 State of Incorporation : P41rd �- ` Type (Genet si ss , Pr sional , Service, Limited Liability) : - By: (Signature — attache ce of authority to sign) - Name (typed or printed) : 054464 42-- Title: �l� �i � - _ (CORPORATE SEAL ; Attest r� -•''� (S nature ofeCorporate Secretary) Business address : ! �SoC �J / ( 3 O st t�kk�(" iyc- 33t Y-6 Phone No . : G zj5) 25(o -&4055 FAX No . : O S) ZS5— Iob `'( 00310 - Bid Form REV 04-07.doc 00310 - 7 — 17APublic WorkskENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\P.dmin\bid documents\Master Contract Docs\Master Contract Documents\00310 - Bid Form REV 04=07.doc Date of Qualification to do business is A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed) : - Title: Business address : Phone No . : FAX No . : Joint Venture Name : (SEAL) By: (Signature — attach evidence of authority to sign) Name (typed or printed) : Title: Business address : Phone No . : FAX No . : Phone and FAX Number, and Address for receipt of official communications : ( Each joint venturor must sign . The manner of signing for each individual , partnership, and corporation that is a party to the joint venture should be in the manner indicated above . ) * * END OF SECTION 00310 - Bid Form REV 04-07.doc 00310 - 8 F:1Public Works\ENGINEERING DIVISION PROJECTS11341 -Historic Dodgertown (fka VS Sports Village) Room Renovations)1Admin\bid documentsWaster Contract DocsWaster Contract Documents100310 - Bid Form REV 04-07.doc AIA Document A310 — 2010 i Bid Bond CONTRACTOR. SURETY. OAC Action Construction Corp . Capitol Indemnity Corporation 12540 S .W. 130th Street, Suite 3 P .O . Box 5900 Miami , FL 33186 Madison , WI 53705 - 0900 OWNER: Indian River County Board of County Commissioners 1801 27th Street Vero Beach, FL 32960 i BOND AMOUNT. Five Percent of Amount Bid (5% of Amount Bid) PROJECT. Historic Dodgertown Room Renovations, Bid No. 2014003. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specificed in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof: or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specifrfied in said bid and such larger amount forwhich the Owner may In good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60)days. If this Bond Is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requreiment shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 11th day of 0ct9ber 2013 i Witness/Attest: OA7(X�� tion Corp . By** (Principal) U s f // Capitollndemni Corporation (Surety) By: By: Warren Alter, Attorney-in-Fact This document conforms to AIA Document A310 - 2010 BID BOND . THE AMERICAN INSTITUTE OF ARCHITECTS , 1735 NY AVE NW , WASHINGTON , DC 20006 . vF•:• — — — _ — — V — Nor . - - — ' F — — off 60 IN 51 i - - ' , • 155♦ 0' ,�I••O :••C• \ . lir♦ I'e 1 • '1 ' ".\ 1 N 174 . I \ . 115 •:C' air ' - 1 1 . , I \ • �Y'i'�� as��: :::7i:}7J }:•a47:•,: ::cC:; ;.:y, : ;ti:;:;:rx�: ::4�. 1157.}: t / . 51.1 , NN .1•N1n � \ 11, I \ l' ,I \ , :� \ , I ♦ 1• ♦ N i'i 11•• i':';li-'e::�:'r:•:�. :r: �V:;•r ••1 . . . 1N . . . I.1 i :• . ,1.;,7�e ;,/N / ...111 41411 .. 141H/ :HINT 111N1 4111 1111 ,V'11/ ,111 : I \ ,1 {111. 1 \ , ,IILI \ . 111111, I \ 11111 'I \ yt111,' � \ e'1111 ,i \\ 11rl11 �I \, Irls. •i\\ \� , 1 Pj\O INe ) \� • \ NH � • \ 1tu 1••O rrr•''Y7e`IIfto �Ha\ 1411 Af . . , 1 14 IIIN , .IH11 11111 . 11111 11 1 , 1 ,11115 , + , Nlll + . IN111 1 ,'11111 :+ PNNI �' rN�l, ,+' .re.;1{ �. .Iv;,�f Iv;HI " fr;>;1 11/.nt% ,'r;Na • :;I `V�b , 1 v: , ,h H t•�� f 1 I f illi li 2H 11' I tHI!, `#' H IH ' ti S � h Ill - ,1 Ilj t (,Q H , HIIHI H HH HI 4H H.� H, ,11, 1 : .IH H H HI � ,HItH i IIHH, 1 H H , ,it + I _ It tt ►f ti 1 � '_ I ► fl y I I - 1 .�y,+ IIt11 ► W I I ►�)It+ It ft+tl +1 _ "< /, 00. - 86000%1�a NO. I dome , ''' r__' : 'ii '''�o.� CAPITOL INDEMNITY CORPORATION 6 0 0 9 7 4 8 2 ==`== I< 4*"-__ O ` _ ; - oC;. i === POWER OF ATTORNEYot `'' _ _ m , �f0:004 004 -: to NO KNOW ALL MEN BY THESE PRESENTS , That the CAPITOL INDEMNITY CORPORATION , a corporation of the State of Wisconsin . having its =====:P'= principal offices in the City of Middleton . WisconsinIva . does make , constitute and appoint ===v;;f;< 1boom (r .11 — h ION WARREN ALTER; DAVID SATINE e' Y( ) s;>•_-c__ its true and lawful Attorney(.q )-- rn- fact , to make , execute , seal and deliver for and on its behalf, as sutt;ty, and as its act and deed , any and al4 bonds . �•::_ #,, v. +- undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in off 00 baft-__ _ amount the sum of - - 1 "— WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: $20,000,000. 00No =. IN ;; ::NO ; i a > This Power of Attorney is granted and is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Board = 04_ ;:•+ "� of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 15th day of May, 2002 . .► • ;;' `e 00;. "RESOLVED , that the President , Executive Vice President , Vice President , Secretary or Treasurer, acting individually or otherwise . be and they hereby �g:•'r.N me _ __ � .: are granted the power and authorisation to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings . — -:: r? and other writings obligatory in the nature thereof, one or more resident vice- presidents , assistant secretaries and attorne s - in -fact . each appointee to =0, =+� _NOON_ _ have the powers and duties usual to such office's to the business of this company : the signature of such officers and seal of the Company may be affixed ____ •.a;r move ab to any such power of attorney or to any certificate relating thereto by facsimile , and any Such power of attorney or certificate bearing such facsimileowe-_mbo ``' Ow it;?;;'`—_ signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and -�e: ON _ / facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the = Now tTamb aft,04, nature thereof to which it is attachedIM, . Any such appointment may be revoked , for cause , or without cause , by any of said officers , at any time .' �a of babb, boa. Of =,aw OpObbab to a a 01 46 =` IN WITNESS WHEREOF , the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and itsOw ONONO ON N -_-=- I Of , a corporate seal to be hereto affixed duly attested , this 2nd day of May , 2011 . _ _t000 do ?• .� We 0 • '•' NO Attest: CAPITOL INDEMNITY CORPORATION >: a\\�aauomnnu°Ilmuummiii __.___!fir! : :•` NTr !y. \pQpQ NOEM OOFa /iii 1•,:rr•• N �� O Q�� OORPORAT6 `�jT (��/J / QG ` Richard W. Allen I11 _ -- j?' __ President = SEAL = David F. Pauly _ %of I :i: t Surety & Fidelity Operations CEO & President = -- o; ILL :_ _ f wMONOOf Of STATE OF WISCONSIN 1 /i/iiiiiiiannunllllmm�xl(0 J COUNTY OF DANE S .S .: — � . . } f" On the 2nd day of May, 201 1 before me personally came David F, Pauly, to me known , who being by me duly sworn . did depose and say : that he resides ""'i ��. .11 in the County of Dane . State of Wisconsin : that he is President of CAPITOL INDEMNITY CORPORATION , the corporation described herein and which executed the above instrument : that he knows the seal of the said corporation : that the seal affixed to said instrument is such corporate seal : that 'thy it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order, + ; � r1 > r it1 640 a w..``.�2 µ me obab=,ma. obb == ; • '�� ' DANIEL .A }•:'r >r • I W. I . r}'•S� . KRUEGER '10 NO 96 ;:+"1 Daniel W. Krueger - STATE OF WISCONSIN 1 _ +%' >r' j S .S .: ;.w Notary Public . Dane Co . , WI ==:- .n COUNTY OF DANE CERTIFICATE My Commission Is Permanent = :'t off I , the undersigned , duly elected to the office stated below, now the incumbent i.n CAPITOL INDEMNITY CORPORATION . a Wisconsin "Webb No ~:;� Corporation , authorized to make this certificate , DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has - = not been revoked : and furthermore , that the Resolution of the Board of Directors , set forth in the Power of Attorney is now in force . :':iii"'— =='';:iA1. 4` 11th October , 013 , do Signed and sealed at the City of Middleton , State of Wisconsin this day of _ ___be •::: ,� Ob No 010,060,4�-OW 9 111 L44 I, e 4op?r%Nof beeez ��. SEAL/ Alan S . Ogilvie Noma. boot a >' Of-_ Secretary Off THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON GRAY SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER , IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL , 500-475-4450 . _ =t^ w ` _ `' ''J of -== CIC-POA ( 5- II ) ANO %IV( : ri ' '' • ,1 1 H 1• f••1f 1 11 I1 ^:SIH 1 IH 1H 11 (H" -- .. { S . T• Ifllllt/4.. 7: 11 t+I � y -: H ((1 i 11 i , T. i/ l' f . 111 1 r• 11 1 " IC1'Ir`-- 0, r'o`.`••�h''::rJe�i li'S6' � �i1ir����`:�irri.1��'�i y1;'Nl�ee Il:rr.1� \�i �•iVi�'` e�i �:::•! \�� 51111;; /�yl�et4 �� 1111x1 . I�i11 IIIINf. IiS d1 IIN�� �uN , �1e( ) 1 111 ` 1 u!I 11u11 1 NI 5t N//1• j eN•N N/ N , ( . .ME . 45} p :, r 5 .:. . . . . . . 'r r1• .•, 'S r .:. «N e � , , v v , 1 ♦ • ,1,5 1r1� �,15r 7 h155 15115 1 .mi 15 .55 7 . telt . NII !:9111. ' I5 to *:::., ti_.,1•!..-:�: `!-'�'-•�a=}':••.::.}?:L• _. ::L45-�. . .:. ?• .�. . . ., . w . . . ., .i .• . . . . ..N P�'.9i •:ill'�i lits .• . . I .•. i:'r .��. . .��. I e��i e� . . e�% n55 X90 • • \ i , 5 ♦ 0 1 ♦ I ♦ I v I .. 1 - _ :�f s. _ _ •.,i . _ _ _ _ • •.r.• ...�:. 5:,15 .. • rr5 i r . �! 115. ♦ . I • • e . 1155 • e . ♦ rle.0�•11 _ aozl +'r, .tri- • � •}, SECTION 00452 SWORN STATEMENT UNDER SECTION 105 . 08 , INDIAN RIVER COUNTY CODE , ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS . 1 . This sworn statement MUST be submitted with Bid, Proposal or Contract No . 1341 - for Historic Dodzertown Room Renovations I This sworn statement is submitted by : 04(L A c4u vl j Gu (Name of entity submitting Statement) whose business address is : l ZS LW ( 30 sf A- 2 3 r'lEL 331 fL 3 . My name is S UIAlr (Please print name of individual signing) and my relationship to the entity named above is PrP 4� `f AQ rd r 4. I understand that an "affiliate" as defined in Section 105 . 08 , Indian River County Code, means : The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5 . I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows : Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6 . Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] ✓ Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have any relationships as defined in section 105 . 08 , Indian River County Code, with any County Commissioner or County employee. 00452-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Spons Village) Room Renovations)VadminWd documents\Master Contract Docs\Master Contract The entity submitting this sworn statement, or one or more of the officers , directors, executives, partners, shareholders, employees, members, or agents , who are active in management of the entity have the following relationships with a County Commissioner or County employee : Name of Affiliate Name of County Commissioner Relationship or entity or employee _ 1 . (Si re) ('Date) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this ( day of (� L� , 20L=j.:� , by who is personally known to me or who has produced as identification. NOTARY PUBLIC SIGN : _ PRINT : Lill;GCc� �'�'�y ��- Notary Public, State at large My Commission Expires : (SeaF4041 LILIA ESTRELLA K1 ENDOZA ri1Y CQfiAMiSSiQht # EE028056EXPIRES November 26, 2014 407} 39Q 0153 FloridalloterySerricexom 00452-2 FAPublic Works%ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (ika VB Sports Village) Room Renovations)1AdminVbid documents\Master Contract DocsVMaster Contract SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE NOTICE : THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON- RESPONSIBLE BIDDERS . UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained . Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as required . Documentation Submitted with Project No : 1341 Project Name : Historic Dodgertown Room Renovations 1 . Bidder' s Name / Address : (9A C ker, t dh 2 . Bidder' s Telephone & FAX Numbers : Cie ` � � 55 � ZL 3 . Licensing and Corporate Status : a . Is Contractor License current? V2 S _ b . Bidder's Contractor License No : drec. 04 / Sy t [Attach a copy of Contractor's License to the bid] c . Attach documentation from the State of Florida Division of Corporations that indicates the business entity' s status is active and that lists the names and titles of all officers . 4 . Number of years the firm has performed business as a Contractor in construction work - of the type involved in this contract: / 6 elks 5 . What is the lla t oject OF (THIS NATU E-r hat the firm has completed? % 6 . Has the firm ever failed to complete work awarded to you ? [If your answer is "yes" , then attach a separate page to this questionnaire that explains _ the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which the firm failed to complete the work. ] 7 . Has the firm ever been assessed liquidated damages? Ny [If your answer is "yes" , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed . ] 8 . Has the firm ever been charged by OSHA for violating any OSHA regulations? POP [If your answer is "yes" , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which OSHA violations were alleged . ] 00456 - Qualifications Questionnaire . doc 00456 - I F;1Public Works1ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovadons)V+dminlbid documents\Master Contract '— DocsXMaster Contract Documents100456 - Qualifications Questionnaire. doc 9 . Has the firm ever been charged with noncompliance of any public policy or rules? 62 [ If your answer is "yes" , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project. ] 10 . Attach to this questionnaire , a notarized financial statement and other information that documents the firm 's financial strength and history . 11 . Has the firm ever defaulted on any of its projects? AA' [ If your answer is "yes" , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which a default occurred . ] 12 . Attach a separate page to this questionnaire that summarizes the firm 's current workload and that demonstrates its ability to meet the project schedule . 13 . Name of person who insp ected the site of the proposed work for the firm : Name : 611/ L Te— Date of Inspections : -S t3 1 I 14 . Name of on-site Project Foreman : /V2eav ycY 4� Number of years of experience with similar projects as a Project Foreman : _ " 1S' 15 . Name of Project Manager. &// t � (��, Number of years of experience with similar projects as a Project Manager: �a 16 . State your total bonding capacity : /2 400. 00 C7 — 6*1rJ9f! e � ` ; � (� oOD _ yOd — � '" / L`* i 17 . State your bonding capacity per job : 1 (, 000 X10 d oe 18 . Please provide name , add r ss , telephone number, and contact person of your bonding company: l ' [The remainder of this page was left blank intentionally] 00456 - Qualifications Questionnaire.doc 00456 - ? -- F:lPublic WorksIENGINEERING DIVISION PROJECTS11341 -Historic Dodgertown like VB Sports Village) Room Renovations)Vadmin\bid documents\Master Contract Docs\Master Contract Documents\00456 - Qualifications Questionnaire.doc I - � 1 , 4 9 STATUS OF UNCOMPLETED CONTRACTS As of September 3, 2013 9 . Give full information about all your present contracts. In Column C insert "S" if a subcontractor or " P" if a prime contractor, whether in progress or awarded but not yet begun ;and regardless of with whom contracted D E A Project Design ArchitecBt And/or Design Total amount of your C Amount in Uncompleted Decription Location & Owner Engineer contract or subcontract Column C sublet amount of to others contract CBP Aguadilla, PR Repairs Design Build $ 1 ,427 , 853. 98 Prime-in $540,000.00 $950000. 00 progress USCG Ft Lauderdale USCG $ 148 , 548 . 00 Prime-in $25,450. 00 $ 125 ,850 .00 progress Patrick Air Force Base-Warfit Design Build $2970114. 20 Prime-in $ 165 , 000. 00 $85, 000 . 00 progress Patrick Air Force Base-South Soccer Design Build $226, 752.63 Prime-in $ 140 , 000. 00 $27 , 500 .00 progress Patrick Air Force Base-New Kitchen Hoods Design Build $235,018. 31 Prime-in $ 135 , 000 .00 $ 112,450.00 progress Patrick Air Force Base-SIPUCC Design Build $66,237. 60 Prime-in $25,000.00 $450000.00 progress Patrick Air Force Base-FAMCAMP Design Build $288 ,763. 69 Prime-in $ 124 , 500. 00 $288 ,763 .69 progress Patrick Air Force Base-Hangar Doors Design Build $56, 554 .04 Prime-in $ 19, 500 .00 $56,554 .04 progress GSA Boqueron Trailers Design Build $ 185 ,000. 00 Prime-in $95 , 000 .00 $ 185, 000 . 00 progress 40 Year Re-certification Miami Dade Transit $350,446.70 Prime-in $150, 000.00 $ 135,000.00 progress Patrick Air Force Base-AFTAC Door Design Build $8, 900.00 Prime-in $3 , 500 . 00 $8 , 900. 00 progress Totals $31291 , 189.15 $ 114221950.00 $ 1 , 165,017 .73 Net Total Billings for Previous 3 Fiscal Years: Average Backlog for Previous 3 Fiscal Years: ( Estimate total value of uncompleted work on outstanding contract) Year Dollar Amount Year Dollar Amount 2012 $5 , 8761535 2012 $20868,438 2011 $3 , 133 , 006 2011 $41277, 000 2011 $3 , 170, 095 2010 $1 ,710,450 _ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION T CONSTRUCTION INDUSTRY LICENSING BOARD ( 850 ) 487 - 1395 1940 NORTH MONROE STREET � F TALLAHASSEE FL 32399 - 0783 CRUZ , OSVALDO OAC ACTION CONSTRUCTION CORP 12540 SW 130 STREET UNIT 2 MIAMI FL 33186 STATE OF FLORIDA AC # 6 2 B ? 0 9 7 i Congratulations ! With this license you become one of the nearly one million DEPARTMENT OF BUSINESS AND I Floridians licensed by the Department of Business and Professional Regulation . PROFESSIONAL ..- REGULATION Our professionals and businesses range from architects to yacht brokers, from I ' ' - It . boxers to barbeque restaurants, and they keep Florida's economy strong . CGC061561 08 1./•2. 1 /-12 128045979 i Every day we work to improve the way we do business in order to serve you better For information about our services, please log onto www. myfloridalicense.com. CERTIFIED GENERAL ; ::CONT_ RACTOR There you can find more information about our divisions and the regulations that , CRUZ , OSVALDO F . il impact you , subscribe to department newsletters and learn more about the I OAC ACTION CONSTRUCTION CORP Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers . Is CERTIFIED under the provisions of Ch . 489 FS Thank you for doing business in Florida , and congratulations on your new license! I Expiration date : AUG 31 , 2014 L12082101923 DETACH HERE FF THIS DOCUMENT HAS A COLORED AC # 6 2 8 7 0. 9 7 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ# L12082101923 ' DATE BATCH NUMBERIF LICENSE NBR 08 ` 21. 2012 128045979 CGC06156IF IF IF = The GENERAL CONTRACTOR ` Named below IS CERTIFIED "" � Under the provisions of Chapter 489 FS' .: Expiration date : AUG 31 , 2014 , ;__ IF IF CRUZ , OSVALDO OAC ACTION CONSTRUCTION CORP 12540 SW 130 STREET , # 3 MIAMI FL 33186 I RICK SCOTT KEN LAWSON GOVERNOR SECRETARY DISPLAY AS REQUIRED BY LAW 10/8113 Detail byEstityName DEPARTMENTOF STATE Al DIVISION OF t � of Detail by Entity Name Florida Profit Corporation OAC ACTION CONSTRUCTION CORP . Filing Information Document Number P97000029355 FEIIEIN Number 650742185 Date Filed 04/01 /1997 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 01 /30/1998 Event Effective Date NONE Principal Address 12540 SW 130TH STREET S U ITE 2-3 MIAMI, FL 33186 Changed : 01 /12/2007 Mailing Address 12540 SW 130TH STREET S U ITE 2.3 MIAMI, FL 33186 Changed : 01 /05/2010 Registered Agent Name & Address CRUZ, SR, ORLANDO 12540 SW 130TH STREET, STE . 2-3 MIAMI, FL 33186 Name Changed : 03/10/2009 Address Changed : 01 /05/2010 Officer/Director Detail searchsunbizorg/InquiryCorporationSearch/searchResultDetaiUEntityName/done p9700002935S3a47272o-fcff-45e&bbdf- 13b2fdf82d1c/oac action construc8 . . . 113 10/8/13 Detail by Entity Name Name & Address Title CEO CRUZ, SR, ORLANDO SR . 21 NW 128 AVE MIAMI , FL 33182 Title P CRUZ, OSVALDO 10961 SW 44 STREET MIAMI, FL 33165 Annual Reports Report Year Filed Date 2011 01 /06/2011 2012 01 /06/2012 2013 01 /25/2013 Document Images 01 /25/2013 - ANNUAL REPORT View image in PDF format 01 /06/2012 — ANNUAL REPORT View image in PDF format 01 /06/2011 -- ANNUAL REPORT View image in PDF format 0110512010 -- ANNUAL REPORT View image in PDF format 03/10/2009 -- ANNUAL REPORT View image in PDF for 0113012008 -- ANNUAL REPORT View image in PDF format 10/31 /2007 -- Off/Dir Resignation View image in PDF format 01 / 12/2007 -- ANNUAL REPORT View image in PDF for 03/02/2006 — ANNUAL REPORT View image in PDF format 06/20/2005 -- Req . Agent Change View image in PDF format 01 /20/2005 -- ANNUAL REPORT View image in PDF for 0110612004 -- ANNUAL REPORT View image in PDF format f 01 /31 /2003 -- ANNUAL REPORT View image in PDF format 02/ 11 /2002 -- ANNUAL REPORT View image in PDF format 02/15/2001 — ANNUAL REPORT View image in PDF format 01 /20/2000 — ANNUAL REPORT View image in PDF for 03/26/1999 --ANNUAL REPORT View image in PDF format 05/26/1998 — ANNUAL REPORT View image in PDF for 01 /30/1998 — Amendment View image in PDF format 04/01 /1997 — Domestic Profit Articles View image in PDF format search,sunbiz.org /Inquiry/CorporationSearetVSearchResultDetaii/EnbtyNameldome-p97000029355-3a47272c-fcff-45e&-b5df- 13b2fdf820le/oac action construct ' . . 213 10/8/13 Detail by Entity Name C � o , rtilli ( cidnfi Pri 'od :. '� Goi [ t ;: c .Si l:d Cc Ui I- I01' IrIn. Department bl SCci: c search.sunbiz.org /Inquiry/CorporationSearch/SearchResultDetail/En6tyName/dome-p97000029355-3a47272c-fcff-4.5e6-b5df- 13b2fdf8201c/oac action construct . . . 3/3 State of Florida Department of State I certify from the records of this office that OAC ACTION CONSTRUCTION CORP . is a corporation organized under the laws of the State of Florida, filed on April 1 , 1997 , effective April 1 , 1997 . The document number of this corporation is P97000029355 . I further certify that said corporation has paid all fees due this office through December 31 , 2013 , that its most recent annual report/uniform business report was filed on January 25 , 2013 , and its status is active . I further certify that said corporation has not filed Articles of Dissolution . Given under my hand and the Great Seal of the State of' Florida at Tallahassee, the Capital, this is the Twenty fifth day of January, 2013 . 3 Secretary of State 1% 1W r: Authentication ID: CC6283943743 To authenticate this certificatevisit the following site,enter this IQ, and then follow the instructions displayed. https://efile.sunbiz.org/certautliver. litml 19 . Complete the following table for SIMILAR projects : Date Contact Person : Name Original Contract Final Contract Name of Project Completed Owner and Telephone Number Amount Amount 00456 - Qualifications Questionnaire . doc 00456 - 3 R%Public Works%ENGINEERING DIVISION PROJECTS11341 -Historic Dodgertown (fka V6 Sports Village) Room Renovalions)%Admin\bid documenlsWasler Contract DocsWaster Contract Documents\00456 - Qualifications Questionnaire.doc Experience- Completed Projects Name of Original Original Actual Name, Location & Description Design Final Contract Name of Owner Type of Work Contract Completion Completion of Project Architect or Price Price Date Date Engineer Miller Square Shopping Center- New Construction with WHA CREC New 22 , 000 Square foot shopping site work Architects $2 , 235 , 000 . 00 $ 313001000 . 00 1 /31 /2009 9/22/2010 center- 13714 S . W. 56 Street Bring Security building Miami-Dade Port of Miami , Emergency up to CBP Miami $2 , 100 , 689 . 00 $2 , 1000689 . 00 11 /30/2010 12/31 /2010 Seaport generators , Terminals D , E , C Requirements- Interior Seaport & Exterior Renovations New Parking Lot , State of Florida - Parking Lights , New GLE & DMA Snake Creek new Parking Lot water & sewer and Associates $ 1 , 345 , 000 . 00 $ 1 , 814 , 917 . 74 10/1 /2012 5/13/2013 New Metal Buildings New Parking Lot, State of Florida - Snake Creek New Metal Parking Lights , New GLE & $260 , 000 . 00 :$32:2 ) 1880ffi00t2/1:/2013: 5/1 /2013 DMA Buildings water & sewer and Associates New Metal Buildings State of Florida Robert A . Ballard , Miami , FL- New Dpeartment of design-build Chiller replacement Design- Build GurrkMatute $293 ,407 . 00 $389 , 191 . 00 10/31 /2010 1 /11 /2011 Military Affairs and upgrade US Coast Guard St. Pete , FL- US Coast US Coast Guard Renovation of Barracks B&C Interior Renovation Guard $ 1 , 014 , 556 . 00 $ 1 , 150 , 611 . 00 12/30/2011 12/30/2011 completely US Customs & Puerto Rico-Aguadilla- RamneyAir Design Build- Aircraft OAC- RED $ 1 , 509 , 670 . 82 $ 115091670 . 82 12/31 /2012 12/21 /2012 Border Protection Base Hangars Design US Customs & Puerto Rico-Aguadilla-Ramney Air Design Build- Security OAC- RED $ 1 , 246 , 994 . 04 $ 1 ,4273853 . 98 4/15/2013 4/15/2013 Border Protection Base Upgrades Design Patrick Air Force Base-multiple OAC Design US Air Force renovation and new constuction SABER Task Orders Build $ 1 ,287 , 548 . 18 $ 1 , 287 , 548 . 18 6/1 /2013 6/ 1 /2013 project throughout the base GSA CBP Homestead Air Reserve Base New Roofing-80 , 000 OAC Design $838 , 676 . 76 $880 , 865 . 38 4/28/2013 4/1 /2013 square feet Build [NOTE : If requested by the County, the Bidder shall furnish references, and of of rmation , , sufficiently comprehensive to permit an appraisal of its abilities as a contractor. ] f,. -- By : v (Signature) ( Position or Title) ` ( Date) * * END OF SECTION 00456 - Qualifications Questionnaire. doc 00456 - 4 F:1Public Works%ENGINEERING DIVISION PROJECTSM41 -Historic Dodgertown (fka Va Sports Village) Room Renovations)Vadminlbid documentsWlaster Contract DocsWlaster Contract Documents100456 - Qualifications Questionnaire.doc SECTION 00458 - List of Subcontractors The Bidder SHALL list below the name and address of each Subcontractor who will perform work _ under this Contract in excess of one-half percent of the total bid price , and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids , changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency . Documentation Submitted with Project No . 1341 for Historic Dodgertown Room Renovations Work to be Performed Subcontractor's Name/Address 29 30 �t ' 4 . i �i(/l/ •'✓�'r,�^i r,6 U /� �n v /YI ✓ r/j 56 szSS k 16 5 SW i 60 3z (F6 7 . 8 . 9 . 10 . 11 . - 12 . 13 . 14. 15 . 16 . 17 . Note : Attach additional sheets if required . * * END OF SECTION 00458 - List of Subcontractors REV 04-07.doc 00458 - 1 — P:1Public WorkslENGINEERING DIVISION PROJECTS11341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)1Admin\bid documentsWlaster Contract DocsWlaster Contract Documents100458 - List of Subcontractors REV 04-07.doc iVE Indian River CountyGet Purchasing Division Z y 180027 th Street Vero Beach , FL 32960 zOR1� Phone ( 772 ) 2264416 Fax ( 772 ) 770-5140 ADDENDUM NO . 1 DATE . September 27, 2013 PROJECT NAME : Historic Dodgertown (fka Vero Beach Sports Village ) Room Renovations BID NO . 2014003 PROJECT No . 1341 Bid Opening Date : FRIDAY, OCTOBER 11 , 2013 AT 2 : 00 P . M . TO ALL PROSPECTIVE BIDDERS . TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM is intended to clarify, correct, or change the Bid Requirements . Therefore, it hereby supersedes anything to the contrary in the Bid Requirements . This ADDENDUM is hereby made a part of and shall be attached to the subject Bid Requirements . All questions about the meaning or intent of the Bid Documents are to be submitted to PURCHASING MANAGER in writing to purchasing@ircgov. com . Interpretations or clarifications considered necessary to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bid Documents . Questions received less than ten 10 calendar days prior to the date for opening of Bids shall not be answered . Only questions answered by Addenda will be binding. Oral and other interpretations or clarification will be without legal effect . Deadline date for submittal of questions is 11 : 59 p . m ., Tuesday, October 1, 2013 . All Submittals, including signature page of Addendum No. 1 must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above . Late bids will be returned unopened . Addenda may be issued to clarify, correct, or change the Bid Documents as deemed advisable by OWNER or ENGINEER. Page 1 of 11 F. Lftblic WorksIENGINEERINGDMSIONPROJECTS1134l-Historic Dodgertown (fka VB Sports Village) Room Renovadons)Wminlbid documentsWDDENDUMNO 109-27-20I3.doc CLARIFICATIONS/CORRECTIONS/QUESTIONS Section 00520 Agreement ( Public Works ) , Article 4 . 03 Liquidated Damages : DELETE and REPLACE WITH THE FOLLOWING . " CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4 . 02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay ( but not as a penalty) , CONTRACTOR shall pay OWNER $396. 00 per day for each room not completed after the time specified in paragraph 4. 02 for Final Completion of each group, said damages continuing until Final Completion of the Work is obtained . " Section 01310 Detailed Construction Scope of Work : ADD THE FOLLOWING TO 1 . REGULAR ROOMS AND SMALL ROOMS, ( PAGE 01310-3 ) REMEDIAL FRAMING AND HARDWARE INSTALLATION AT END OF ITEM a ) . a ) (Exception : Room 181 does not get this treatment. ) ADD THE FOLLOWING TO 1 . REGULAR ROOMS AND SMALL ROOMS, ( PAGE 01310-3 ) REMEDIAL FRAMING AND HARDWARE INSTALLATION AT END OF ITEM b) : b ) (Exception : Room 181 does not get this treatment. ) ADD THE FOLLOWING TO 1 . REGULAR ROOMS AND SMALL ROOMS, ( PAGE 01310-3 ) REMEDIAL FRAMING AND HARDWARE INSTALLATION AT BEGINNING OF ITEM c) : c) IN REGULAR ROOMS ONLY (Exception : Room 181 does not get a countertop. ) ADD THE FOLLOWING TO 1 . REGULAR ROOMS AND SMALL ROOMS, ( PAGE 01310-3 ) REMEDIAL FRAMING AND HARDWARE INSTALLATION AT END OF ITEM d ) : d ) (Exception : Room 181 does not get this treatment. ) Page 2 of 11 F: IPublic WorksIENGINEER17VGDMSIONPROJECTSII34I HkWoricDodgertown Oka VB Sports VdIage) Room Renovadons) L9dminlbid documentsL9DDENDUMNO 109-27-20I3.doc ADD THE FOLLOWING TO 1 . REGULAR ROOMS AND SMALL ROOMS, ( PAGE 01310-3) REMEDIAL FRAMING AND HARDWARE INSTALLATION AT END OF ITEM e) : e ) (Exception : Room 181 does notpet this treatment. ) ADD THE FOLLOWING SECTION TO 1 . REGULAR ROOMS AND SMALL ROOMS, ( PAGE 01310-3 ) AFTER REMEDIAL FRAMING AND HARDWARE INSTALLATION : SMALL ROOMS ONLY a ) Remove existing closet . b ) Frame new 24- inch deep closet. c) Supply and install flat slab 72" bi-pass door at new closet . Johnson Model # 138F Fascia track with heavy duty hardware . Hollow core hardboard primed 1-3/8" doors, doors to have four solid wood edges . d ) Install VCT tile 12" X12" Armstrong Standard Excelon Imperial Texture ( color to be selected by Verotown LLC) e) Install Transition strips between carpet and tile . ADD THE FOLLOWING TO 1 . REGULAR ROOMS AND SMALL ROOMS, ( PAGE 01310-5 ) MISCELLANEOUS . d ) Remove existing plumbing access panel and patch with drywall. ADD THE FOLLOWING TO 2 . CABANAS ( PAGE 01310-8 ) MISCELLANEOUS . d ) Remove existing plumbing access panel and patch with drywall. CHANGE THE FOLLOWING TO 3 . SUITES ( PAGE 01310-6) PLUMBING . i ) Contractor to provide and install (POU) Point of Use electric water heater. Merloni Ariston 7 gallon, Model # GL6 ADD THE FOLLOWING TO 3 . SUITES ( PAGE 01310-9 ) REMEDIAL FRAMING AND HARDWARE INSTALLATION a ) Supply and install new countertop with bevel edge laminate . Height to be ADA compliant . Color to be selected . 2" computer grommet to pass through counter. Please note changes detail on Plan Sheets 7 and 9 attached to Addendum No. 1. Page 3 of 11 F Tub& WorksIBNGINEERINGDIUSIONPROJECTSII34I-Historic Dodgertown Yka [B Sports Vllage) Room Renovations)Wminlbid documents)ADDENDUM NO 109-27-20I3.doc ADD THE FOLLOWING TO 3 . SUITES ( PAGE 01310-9 ) FLOORING . a ) Supply and install bathroom flooring 18" x 18" rectified porcelain tile, minimum tile grout lines, grout and tile to be sealed . Dal -Tile Palatina PT 95 . Allow for an additional 36 sq . ft . in front of countertop to receive porcelain tile . Please note changes detail on Plan Sheets 7 and 9 attached to Addendum No . 1 . ADD THE FOLLOWING TO 3 . SUITES ( PAGE 0131041 ) MISCELLANEOUS : d ) Remove existing plumbing access panel and patch with drywall. QUESTION NO . 1 Can you ask about the electrical panel located in unit 181 on the wall that is to be demo' d . We do not know where it is feed from , nor do we know where the branch circuit conduits go to . We would need to install a junction box and extend all conduits and wires to the new location . We need much more information as to where to relocate and is splicing acceptable for extending the circuits and feeder. Where is an acceptable location to install the junction boxes ? This junction box would be a pretty good size maybe two 12x12x4 boxes to make splices . . . ANSWER NO . 1 Due to the electrical panel located in Unit 181 ( small room ) , the closet walls will not be demo ' d . However, wallpaper will be removed and knockdown texture installed to match the rest of the room . Also, ceiling in closet shall be repaired ( if needed ) and painted . QUESTION NO . 2 1 also read through the specs and they are just a general set of specs from a random set of plans or job . I do not see any details in the specs that tell us which items to replace nor do I see any part numbers for the vanity light or closet, light . It would be nice if they actually provide an electrical set of plans or detailed scope of work, otherwise we really won 't be bidding the same items . 1 don't see anything in the specs that actually tell us to perform any work other than protect the existing devices . ANSWER NO . 2 Vanity lights and closet lights are to be removed and re- in.stalled after renovation . Page 4 of 11 F.1pubMe WorksIENGINEENNGDMSIONFROJECTS11341 Historic Dodgertown (fka VB Sports Vllage) Room Renovadons)IAdminlbid documentYADDENDUMN01 09 27-2013.doc QUESTION NO. 3 Do the new receptacles listed in the scope of work require new circuiting or do they just tie to the existing wiring? ANSWER NO. 3 Tie into existing wiring . QUESTION NO . 4 Will the new water heaters require different power then the existing water heaters that are to be replaced ? ANSWER NO . 4 Power service shall be installed from the box to the heater. QUESTION NO . 5 If any new circuits are required will they need to be arc fault protected and are the existing panels sized to handle the additional loads and do they have the capacity for them ? ANSWER NO . 5 New circuits are not anticipated to be required . QUESTION NO . 6 Will the existing wiring need to be brought up to current codes ? ANSWER NO . 6 No . QUESTION NO . 7 Are the tv outlets and power being relocated to accommodate flat screen tv ' s ? ANSWER NO . 7 Yes . Page S of 11 F:IPublfc WorksIENGINEERINGDIVISrONPROJECTS11341-Historic Dodgertown (fka VB Sports Village) Room Renovadons) Wnrinlbid documentslADDENDUMNO 109-27-2013.doc QUESTION NO . 8 Are we to copy the layout for the electric outlets from the previous remodeled units ? ANSWER NO. 8 Yes . QUESTION NO . 9 What TV in suite gets hung on wall and where ? ANSWER NO . 9 The 46" TV in the Suite' s sitting area will be installed on the wall . QUESTION NO . 10 What do we do about adjoining room doors ? ANSWER NO . 10 The adjoining room doors will remain as is . They will, however, be painted . QUESTION NO . 11 Do we re- use light fixtures in closet and bathroom ? ANSWER NO. 11 Light fixtures in the closet and bathroom will be re - used . QUESTION NO . 12 Do we need to add bathroom fans ? ANSWER NO. 12 No . Page 6 of 11 F:IPublic WorkslE'NGINEERINGDIVISIONPROJECTSI1341-Historic Dodgertown (fka VB Sports Village) Room Renovadons)1Adminlbid documentsW DDENDUMNO 109-27-2013.doc QUESTION NO . 13 Do we need to just paint the walls without wall paper or do we add knock down texture ? ANSWER NO . 13 Knockdown texture will be installed on all walls, whether the rooms have wallpaper or not . QUESTION NO . 14 Referencing Section 01310 - Detailed Construction Scope of Work : Cabanas — Plumbing i ) Contractor to install ( POU ) Point of Use electric water heater. Merloni Ariston 7 gallon, Model # GL6 ( Provided by Owner ) During Pre - bid Conference it was stated that Contractor would be responsible for furnishing and installing water heater. Please clarify who will be responsible for furnishing the water heaters . ANSWER NO. 14 Contractor is responsible to furnish and install hot water heaters . QUESTION NO . 15 Referencing Section 01310 - Detailed Construction Scope of Work : General : Regular Rooms, Small Rooms, Suites and Cabanas . Remove any drywall due to moisture damage . During Pre- bid Conference it was brought to the Owners attention that moisture damage would be difficult to determine prior to work being performed . The Owner stated that any unforeseen damage would be treated as a Change Order to the original bid . Please confirm that moisture damage and possible mold will be treated as an addition to the original bid amount. We would like to suggest an alternative answer to this matter. We ask that the Owner would consider providing an additional line item on the " Itemized Bid Schedule" for a quantity of wallboard to be replaced in those units where the damage is evident . ANSWER NO . 15 There may be intermittent mold in bathrooms or under wallpaper or by outside walls — remove by standard acceptable mold remediation technique or replacement of drywall . Cost for some mold remediation work and /or drywall replacement should be included in the bid for all rooms . No additional compensation will be allowed for mold remediation , even if it is not known and encountered during construction . QUESTION NO . 16 Referencing Section 00800 — Supplementary Conditions to the General Conditions . Page 7 of 11 F:IPub&c WorksIENGINEERINGDMSIONPROJECTSII341-Ku oric Dodgertown (Aa VB Sports 119age) Room Renovadons) IAdminlbid docum entsl ADDEND UM NO 109-17-2013.doc SC-6. 02 . B 1 . Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a . m . to 5 p . m . Will the Owner approve extended working hours beyond regular working hours ( i . e . before 7 a . m . , after 5 P . M . , Saturday and Sunday) ? ANSWER NO . 16 Extra hours may be allowed . This would be at the Lessee' s discretion , and will depend on the activities occurring at Historic Dodgertown at that time . QUESTION NO. 17 Referencing Itemized Bid Schedule . Item No . 70 Wall Mount Bracket for 46" Flat Screen Television ( Furnish and Install ) It was mentioned that any cable/wire is to be hidden for the television , will wire mold be acceptable, or will Cable TV Jack and Electrical Outlet need to be relocated to be hidden behind the television ? ANSWER NO . 17 Wire mold is not acceptable . Cable TV jacks and electrical outlet are required to be relocated to be behind the TV . QUESTION NO . 18 Referencing Division 2 Technical Provisions . There is no mention of Termite Treatment for the replacement of concrete after shower drain has been relocated . Please confirm that Termite Treatment is not required for this portion of the work. ANSWER NO . 18 Termite treatment is required . Page 8 of 11 F Tublic WorksIENGINEERINGDIVISTONPROJECTSII34I-Historic Dodgertown (Ma VB Sports VdIage) Room Renovations)Wminlbid documem!MDDENDUMNO 109-27-20I3.doc QUESTION NO . 19 Several rooms have wire molding to hide wires ( phone, CAT 5 , etc . ) . Will Contractor be required to hide these wires within the walls or will it be acceptable to remount/reuse the existing molding? ANSWER NO. 19 If improvements are being performed that affect the existing wiring within the wire molding, the wire molding should be eliminated . Otherwise the existing molding will remain as is . QUESTION NO. 20 Several rooms have exposed wires ( phone, CAT 5, etc. ) . Will Contractor be required to hide these wires in wall or will it be acceptable to replace wires to original exposed location ? ANSWER NO . 20 If the wires are in area of new walls or counter area , hide wires in new facilities . If the wires are in area of no new work, add wire molding. QUESTION NO . 21 Several small rooms contained mirrors on wall to be demolished. It is unlikely that these mirrors will be removed undamaged . Will it be acceptable to treat these mirrors as unsalvageable ? ANSWER NO . 21 The mirrors can be disposed . QUESTION NO . 22 Referring to room # 181 : There is a Breaker Panel located on the wall that is scheduled to be demolished for the installation of the counter. Can the Owner provide information on the following items ? a . Is the Panel Box fed from underground or from the attic ? b . Please provide information on how many rooms this Panel feeds . c . Please provide information on where this Panel Box is to be relocated . d . Please confirm that splicing will be acceptable for extending the circuits and feeder. ANSWER NO . 22 Please see revised Section 01310 Detailed Construction Scope of Work Page 9 of 11 F: IPub[ic WorksISNGINEERINGDIVISIONPROJECTS 1341-Historic Dodgertown (fka VB Sports Village) Room Renovadons) lAdminlbid documentsWDDENDUMN01 09-27-2013.doc QUESTION NO . 23 Please confirm that ALL light fixtures are to remain/be reused . ANSWER NO . 23 All light fixtures will be re- used . QUESTION NO. 24 There is no mention of repairing popcorn ceiling in the " Detailed Construction Scope of Work" . There are several rooms with damaged popcorn ; also some rooms have been previously repaired with different materials . Please provide information on how the Contractor is to address these items . ANSWER NO . 24 Damaged areas of popcorn ceiling shall be repaired and popcorn texture installed . Ceiling shall then be painted . ATTACHMENTS : SECTION 01310 DETAILED CONSTRUCTION SCOPE OF WORK — REVISED SEPTEMBER 27, 2013 Pre- Bid ( mandatory) Meeting Minutes Exhibit 1 Exhibit 2 Plan Sheet 2A ( New) Revised Plan Sheet S, 7, and 9 Page 10 of 11 F: IPublic WorksIENGINEERINGDIUSIONPROJECTS1I34I-Wutoric Dodgeitown (flea VB Sports Vllage) Room Renovadons)Adminlbid documentsUIDDENDUM NO 109-27-20I3.doc HISTORIC DODGERTOWN ( fka Vero Beach Sports Village ) ROOM RENOVATIONS BID N O : 2014003 PROJECT NO : 1341 ADDENDUM NO . 1 * * * * * * * * * * * * * This Addendum MUST be returned with your Bid * * * * * * * * * * * * * * ADDENDUM NO . 1 is submitted b _ Christov . - as , Jr., P ounty Engineer and Jenni�fe 'r Hyde, urchasing Manager Company Name G/fT � 4djb n) Name : 05UA ( CLO Ce cje - I Title : PrC5 ( d � � (Type / Printed ) ) / Authorized Signature : Date : ( � 1 i ac o Telephone : C) �S �P 2 � Fax : C�30 < .) Page 11 of 11 FAftblic WorksIE7NGI7VEERINGDIVISIONPROJECTS11341-HistoricDodgertown (fka VB Sports Village) Room Renovadons)Wminlbid documentslADDENDUMNO 109-27-20I3.doc 1 Board of County Commissioners 180127th Street A z Vero Beach, Florida 32960-3365 Telephone: (772) 5674000 Fax: (772) 7784391 PRE - BID ( MANDATORY ) MEETING MINUTES WEDNESDAY, SEPTEMBER 25, 2013 - 10 : OOA . M . HISTORIC DODGERTOWN 390126TH STREET, VERO BEACH Project Name . Historic Dodgertown Room Renovations County : Indian River County Project Number . IRC 1341 Bid Number : 2014003 The following meeting notes set forth our understanding of the discussions and decisions made at this meeting. If you have any questions, additions, or comments, please contact the writer immediately. If we do not hear from you, we will assume that our understandings are the same. We are proceeding based on the contents of these meeting notes. Sign - in Sheets Attached PROJECT DESCRIPTION: Project consists of renovating 66 rooms at the Dormitory Complex at Historic Dodgertown (flea Vero Beach Sports Village), the renovations include demolition of certain room facilities and installation of new facilities. Work includes electrical, plumbing, drywall, painting, flooring, cabinetry, counters, etc. CONTRACT DETAILS Bid Opening : October 11, 2013 Engineer' s Estimate : $ 553, 000 CONTACTS Indian River County, 1800 27th Street, Vero Beach , Florida 32960 Jennifer Hyde, Purchasing Manager ( 772 ) 2264575 Christopher J . Kafer, Jr . , P . E . , County Engineer ( 772 ) 2264221 Daniel Wittenberg, Engineering Inspection Supervisor ( 772 ) 226- 1622 Historic Dodgertown , 390126 th Street, Vero Beach , Florida 32960 Craig Callan ( 772 ) 257-8555 ( For coordination of any site visits ) FAPublic Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 .doc 2 CORRESPONDENCE All correspondence/questions should be sent to Jennifer Hyde, Purchasing Manager : purchasing@ircgov. com . DEADLINE FOR QUESTIONS IS OCTOBER 1 , 2013 Discussion Issues Scope of Work (complete " Detailed Construction Scope of Work" in Contract Documents and Specifications Section 01310) General — Included in all rooms A. Remove items from rooms to storage facility ( provided by contractor) . These items are to be re- installed after renovations . Items include refrigerator, mirrors, dressers, wall hangings, iron & ironing board , hair dryers, etc . Be Remove existing carpet and put in storage . It will be reinstalled after new pad is installed . Note that some rooms will be require cutting carpet due to new framework and counters . C . Demo bathroom and install new facilities such as shower, toilet, vanity, etc . as outlined in the specs . Shower drain to be relocated . D . Most rooms have wallpaper which needs to be removed , apply Gardz, knockdown texture and paint . Some rooms do not have wallpaper. These rooms need knockdown texture and paint . E . Electrical facilities modified in areas of wall demolitions and replacement of receptacles and fixtures as outlined in specs . F . Closets in regular rooms and small rooms will be renovated and made smaller. G . New counters are to be framed and installed in the regular rooms, small rooms and suites . H . The cabanas will receive new counter tops with new sink, base cabinets, wall cabinets, tankless water heater and mini refrigerator in the bar area . Also in cabanas, sliding glass doors are to be removed and French doors are to be installed . I . Existing stored items to be reinstalled in rooms . J . Exterior doors will be installed on some of the proposed rooms to be renovated . There are also doors required to be installed for already renovated rooms . Schedule A . Start as soon as possible . Board of County Commissioners approval should be on October 22, 2013 . Be Blackout Days December 20 — December 30, 2013 February 20 — April 15, 2014 FA\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -1-listoric Dodgertown (fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 . doc 3 C . Group of 5/6 rooms — Substantially complete within 16 days Final Completion within 19 days Start on a Monday — the 191h day would be a Friday ready to be rented out D . Owner can ask contractor to demobilize for 19 calendar days, but not more than two occurrences . E . The tentative schedule shown in Section 00520 is only tentative, and the objective is to complete the renovations long before final date of October 24, 2014 . Coordination with Verotown , LLC . Permits A. It is the contractor' s responsibility to obtain and pay for all permit fees required for the project . Also, any additional drawings needed to obtain the permits is the responsibility of the contractor. Bid Line Items A . Each room is being bid independently, since there will be varying work required for each room , we strongly recommend that you visit every room . B . Exterior doors are bid separately since the rooms requiring doors are sporadic and also include previously renovated rooms . C . In the nine suites, there are existing 46" flat screen TVs . The contractor is to provide the wall mount brackets for these TVs and install them . D . Storage facilities for the furniture and other items to be removed from the rooms during renovation are bid per week for storage facilities adequately sized to store furnishings from 5 — 6 rooms . Location of storage facilities will be west of Field No . 4 near warehouse by right center field . See attached Plan Sheet 2A for location . Clean Up A . Contractor is responsible to keep work area clean . His responsibility includes providing construction dumpster and cleaning scrap materials and debris on a daily basis . Dumpster shall be in front of group of rooms being renovated . Contractor to provide security fencing around work area and dumpster. Safekeeping of existing items removed , stored and reinstalled in rooms is the responsibility of the contractor. Prior to renovating, contractor is responsible to inventory the furnishings and list all existing damages . This should be coordinated with the Owner' s on -site representative ( Dan Wittenberg) . Bathroom facilities will not be available on site . Contractor must provide " portapotty" per appropriate building codes . F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25-2013 .doc 4 There must be a superintendent from the prime contractor on site during working hours ( 7 : 00 a . m . to 5 : 00 p . m . ) There will be new countertop chairs, formal sitting room chairs, formal reading chairs and some new TVs provided by the Owner, and installed by the Owner. Existing chairs will be stored by the contractor and coordinated with Owner for delivery to Ixora Warehouse ( 180 27th Avenue SW ) . Also, in the two cabanas, the contractor is responsible to provide and install "water on demand " tankless hot water heaters . The existing hot water heater is exposed so you can view the work required to install the new system . Questions QUESTION ( received prior to Mandatory Pre- Bid meeting 09/25/2013 ) Referencing Section 00520 — Agreement ( Public Works ), Article 4 . 03 Liquidated Damages : " CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4 . 02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions . Liquidated damages will commence for this portion of work . The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time . Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay ( but not as a penalty), CONTRACTOR shall pay OWNER $ 278 . 00 for each calendar day that expires after the time specified in paragraph 4 . 02 for Final Completion of each group until the Work is complete, plus any lost profits of Verotown , LLC . " It is our understanding, and our surety' s, that all liquidated damages should be stated as a set dollar amount for each calendar day of delay. As such , any lost profits of Verotown LLC that are being added to the $ 278 per calendar day must be deleted . The Contractor and his surety simply would not know what would be the lost profit that Verotown , LLC might sustain and that they would be liable for . Please note that this is consistent with what is provided under Article 4. 03 above, as follows : "The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time . Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay. . . " Consequently, if the County is not satisfied that the $ 278 . 00 per calendar day will be sufficient to cover Verotown ' s lost profits, it would be acceptable that the amount be increased so that the liquidated damages includes such lost profits . We request that the liquidated damages are established as such and that any reference to Verotown ' s losses is removed . FAPublic Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25-2013 .doc 5 ANSWER Section 00520 — Agreement ( Public Works ), Article 4 . 03 Liquidated Damages has been changed per the enclosed ADDENDUM NO . 1 to read : " CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4 . 02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions . Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time . Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay ( but not as a penalty ) , CONTRACTOR shall pay OWNER $ 396 . 00 per day for each room not completed 274 , 00 fer P ., ,. h� Iw ,. .. t „ „ ,� .. . daythat ,,xpil after the time specified in paragraph 4 . 02 for Final Completion of each group, said damages continuing until Final Completion of the Work is obtained . eemplete, ph. s , post profits „f Veff ,+ , wi:i , t t G QUESTION ( received during Mandatory Pre- Bid Meeting 9/25/2013 ) Is it possible to work on more than just 5 or 6 rooms at a time ? ANSWER Yes — if available and contractor has manpower available -with coordination through Verotown , LLC, however all will need to be completed within the nineteen day time period . QUESTION Are there requirements for working hours or can we work as much as we want to ? ANSWER The contract states 7 : 00 a . m . to 5 : 00 p . m . , but extra hours may be allowed — to be determined by Lessee' s schedule . QUESTION Are signed and sealed prints available for contractors use ? ANSWER No . Any plans we've provided can be used — they are exhibits . If the Building Department requires signed and sealed plans, it is the contractor' s responsibility to obtain . FAPublic Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 . doc 6 QUESTION Where can plans be obtained ? Are they available on disk ? ANSWER At the County Administration Building A — 180127th Street, Vero Beach at the Public Works Front Desk . Plans are not available on disk . QUESTION Will the project be awarded to one contractor, or will the County go through and pick 5 rooms from this contractor and 5 rooms from another? Is it a lump sum contract ? ANSWER The project will be awarded to only one contractor. QUESTION Are there any fire or security alarms involved in the renovations ? ANSWER No . QUESTION How are the rooms to be left during the Blackout Dates ? ANSWER The rooms must be complete and ready for rental — none under construction during Blackout Dates . Also, all obstructions, such as dumpster and "portapotty" must be removed from dormitory area . QUESTION Could we get the photo of the finished room ( shown during the pre- bid meeting) sent to us ? ANSWER It will be included with the meeting minutes/addendum package . FAPubGc Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)Wdmin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 .doc QUESTION Are all knockdowns being put on walls and ceilings ? ANSWER Knockdowns on all walls . If ceiling has water damage, you will be required to popcorn that section and paint the entire ceiling. Knockdown will not be put on ceilings . QUESTION Is it possible to come back to see the 5 rooms that were not available to view today? ANSWER You ' ll see one of the two cabanas, but you can contact Craig Callan at ( 772 ) 257 - 8555 for coordination of any site visits . QUESTION Is there a climate control for the storage of furniture ( mattress, etc . ) ? ANSWER It is the contractor' s responsibility to ensure there is no damage done to any furniture/equipment in storage . If the contractor determines it needs to be an air conditioned space to avoid damage, that would be their call . QUESTION Why are the pods so far away from the rooms ? Is it possible to move them into the parking spaces for the rooms being worked on ? ANSWER The pods or other storage facility will be located away from the dormitory rooms in an area shown on the attached Plan Sheet 2A. QUESTION Is there a designated place for contractors and subcontractors to park ? ANSWER Verotown , LLC will cone off the parking spaces by the rooms being renovated at the time . Contractor can park in these spaces . F :\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 .doc 8 QUESTION Will materials be able to be left in storage pods during the Blackout period ? ANSWER Yes — in the area designated by the warehouse area near Field No . 4 as shown on attached Plan Sheet 2A . QUESTION Does knockdown go in every room ? ANSWER New knockdown on all rooms — except bathrooms which will have finished walls . Please check every room for water damage, including baseboards and ceilings . QUESTION If water damage is not evident until actual construction begins, how will that be treated when under construction ? ANSWER If it' s something that' s considered outside the scope of work, it will be addressed during construction and it will have to be an extra to the contract, which must be approved by the Board of County Commissioners through a change order. All bids should reflect possible mold and mildew remediation, including removal of affected drywall . QUESTION Has the Building Department made aware that this project is upcoming and been supplied with drawings ? Can you find out if they will require signed and sealed drawings ? ANSWER The Building Division is aware of the project . Copies of the Detailed Construction Scope of Work in the Bid Docs (Section 01310 ), along with the plans provided should be adequate . Signed and sealed drawings are not required . FAPublic Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25-2013 .doc 9 QUESTION Do the renovations exceed 50% of the value of the unit ? If so, will that require adhering to updated codes ? If the unit is valued at $ 20, 000 and the amount work being done is $ 15, 000, does the entire unit then have to be brought up to code ? ANSWER The Indian River County Building Official stated that the entire unit does not have to be brought up to code . QUESTION When was the renovation on the twenty-two rooms completed ? ANSWER Last year. The buildings were built in 1972/73 . The drawings included with the plans were taken from originals — except for cabanas — there were no original plans or records of permits for those, so we went out and measured the rooms . The next section was done while viewing rooms. IF YOU ASKED A QUESTION DURING THE TOUR OF ROOMS, AND DO NOT SEE IT LISTED BELOW, PLEASE RE-SUBMIT IN WRITING TO : Purchasing@ircgov. com ONLY QUESTIONS ANSWERED THROUGH ADDENDUM WILL BE CONSIDERED OFFICIAL The first room visited was Room No. 140 — previously renovated. QUESTION Do beds have to be made when room is finished ? ANSWER Sheets and blankets will be taken off prior to construction . Return room to original state when finished . F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 .doc 10 Group then moved into Room 139 - Queen regular to be renovated QUESTION Does the wood on the wall stay or go ? ANSWER The wood stays — if there is wood , leave it unless damaged — if damaged , remove . QUESTION Were new fans installed ? What electrical is required ? ANSWER No new fans . See DETAILED CONSTRUCTION SCOPE OF WORK SECTION 01310 " Electrical" in Bid Docs . There will be outlets and switches relocated as shown in the CONSTRUCTION SCOPE OF WORK SECTION 01310 " Electrical " in Bid Docs . QUESTION Does the T- 11astay ? ANSWER Yes . QUESTION All new devices/switches ? ANSWER Yes . See DETAILED CONSTRUCTION SCOPE OF WORK SECTION 01310 " Electrical" in Bid Docs . QUESTION Who is handling mirrors, etc ? ANSWER Contractor is to handle - see DETAILED CONSTRUCTION SCOPE OF WORK SECTION 01310 " Miscellaneous" in Bid Docs . F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 .doc 11 QUESTION Where is the electrical feed for the rooms ? ANSWER Individual maintenance rooms shown on the Room Legend (Sheet 3 of 10 ) . QUESTION Should the refrigerator be a circuit by itself? ANSWER Refrigerator shall utilize the same circuit as existing . QUESTION Does the carpet get re- used in every room ? ANSWER Yes . Each room gets new padding . QUESTION Do the "tankless" hot water heaters in the cabanas need to be tamper proof? ANSWER The "tankless" hot water heaters will be in a location that is hidden and not easily accessible . Tamper proof heater is not considered to be a requirement . Group then moved into Room 135 Suite to be renovated QUESTION If there' s no wallpaper, does the texture stay and just get painted over? ANSWER The texture gets redone/sanded and knockdown installed to match the rest of the rooms . F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 .doc 12 QUESTION Where is the tv to be mounted ? ANSWER The TV for each suite will be placed on the wall near the existing TV locations . QUESTION Should a 2 x 6 put in the back of it where the mount for the TV goes on the wall ? ANSWER Yes . And all wires must be hidden . QUESTION Should all the lights on ceiling be removed prior to painting? ANSWER Yes . QUESTION Is that TV on the dresser the 46" to be mounted on the wall ? ANSWER No . The TV in Suite 135 is the wrong TV for the unit . Correct TV will be placed in unit prior to renovation . QUESTION Do we have to match baseboards where there is a difference ? ( In Suite 135, there was about a foot of shorter baseboard compared to the rest of the room ) ANSWER Yes — please try to match to the entire room . FAPublic Works\ENGINEERING DIVISION PROJECTS\ 134 1 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 .doc 13 QUESTION Where is the water shut-off for each room ? ANSWER They are in individual locations — there are two rooms per one shut-off. The valve in Suite 135 shuts off 135 , as well as the one next door. The valves work very well . QUESTION If we' re renovating 5 rooms at a time, and each valve shuts of two rooms, how do we handle the odd room ? ANSWER Verotown , LLC will be able to isolate the room for shut-off and then turn it back on . Contractor can coordinate with Verotown , LLC staff for times that occupants will be out on the fields, etc . Group then moved to Cabana Pool Room No. 191 QUESTION Do the TVs in the cabanas get hung ? ANSWER Yes — Addendum No . 1 will reflect this change to the DETAILED CONSTRUCTION SCOPE OF WORK SECTION 01310, Cabanas, " Miscellaneous" in Bid Docs . QUESTION Do any of the rooms in the project scope need to be ADA ? ANSWER Generally no . We are checking to see if some ADA items will need to be accommodated . This will be addressed in Addendum No . 2 . F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 .doc 14 QUESTION Do the curtains stay? ANSWER They will be re- used . They will need to be removed during construction . QUESTION Does wiring need to be changed to hidden ? ANSWER No . That is not in the DETAILED CONSTRUCTION SCOPE OF WORK SECTION 01310 . QUESTION Is there a plumbing fixture list ? ANSWER This is included in the DETAILED CONSTRUCTION SCOPE OF WORK SECTION 01310 " Plumbing" in Bid Docs for each room style . QUESTION Are the specs for the "tankless" hot water heater included in the bid docs ? ANSWER Yes, they are in the DETAILED CONSTRUCTION SCOPE OF WORK SECTION 01310, Cabanas " Plumbing" section of the Bid Docs . QUESTION Will the amps/ power be an issue for the new "tankless" hotwater heater ? ANSWER The cabanas have sufficient power — the box is outside the cabana . Service connection to the box should be included in bid . F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)Wdmin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 . doc 15 QUESTION Does the wire molding on the ceiling stay the same ? And does the ceiling get painted ? ANSWER Yes to both questions . QUESTION What about water shut- off for cabanas ? ANSWER It is isolated . QUESTION If the electric does have to be upgraded — is there an attic ? ANSWER Joey Taylor from Verotown , LLC stated that it is piped in %" all the way over to the water heater. The cabanas are the only two rooms that get the "tankless" waterheater . The next room visited was a "Smaller Room " No . 165 QUESTION What happens to the mirrors on the wall ? ANSWER They come down and are to be disposed . QUESTION What happens when the counter comes out another 6" ? ANSWER There is a new design for the Small Rooms — please see the Clarifications in Addendum No . 1 and attached revised Plan Sheet 5 of 10 . F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25-2013 . doc 16 QUESTION How do you deal with carpet if you have to remove and replace ? ANSWER Cut and paste — there' s very little extra carpet available, if any. QUESTION Are these one of the new exterior doors that are going to be hung? ANSWER Yes . The next room visited was Suite 112 (a corner room) QUESTION How is a TV to be mounted on a block wall with no wires showing ? ANSWER TVs are to be wall - mounted in Suites in sitting area only . Bedroom TVs stay on dresser. QUESTION The counter shown is 2' 6" — do you want it that deep ? ANSWER Counter has been changed — please see the Clarifications in Addendum No. 1 and attached revised Plan Sheet 9 of 10 . F:\Public Works\ENGINEERING DIVISION PROJECTSU 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25 -2013 . doc 17 We then moved to Room 110 QUESTION There is mold on the outside wall under the wallpaper behind the door — how do we deal with this ? ANSWER There may be intermittent mold in bathrooms or under wallpaper or by outside walls — remove by standard acceptable mold remediation technique or replacement of drywall . Cost for some mold remediation work and/or drywall replacement should be included in the bid for all rooms . No additional compensation will be allowed for mold remediation , even if it is not known and encountered during construction . SIGN - IN SHEETS ATTACHED F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)\Admin\Meetings\Pre-Bid Meeting Minutes and Questions 09-25-2013 .doc MANDATORY Pre - Bid Conference Sign - in Sheet Bid No . 2014003 - Historic Dodgertown Room Renovations September 25, 2013 @ 10 : 00 a . m . 390126th Street + r is x 'F s . x: e r tin n s f4 A Rhne�& axA;d �ess P :.,; taa x r' -;_ r T;QIe2 ILIr k 7.Z - ? ? - Y73 /`�/ 3.Z9 �Q � y-�j�'o� co�..� S . , Iz 3 /l�;r�y ° ' ILl�vr+ .e / :� ns rj Ctf '�" �� � rMcf C �� s.� r�t� «t $ i9 � - S� � - 9YS 5 � io � � n ►� � M 3387 AJ) S r QQ - 02 3 - G S <s �,v � fL . (VOID% Joj Jaz - zz �? 1 , 23 z4sy ;� ci � � � � t C4 i-ft�� ) C to r la? 6Ul-Weems { . � � Z - f �S - d� 2 � St-QiQi ' = ^� , N L 3cG'J4' �1 ` IGfC e'' de /c, AoEb .> � �c�a . i . 7791 - a88 - o 10 351 q- S w. Rs p , �,� rrrt ouJ n v � N e t ,� aI at/ ,f /` � � - (06 cvol rx� 0AC Aclio7i (�o ter,' y v s X30 ' 2. 34 - z, d8 -4333 zo3wsr u S � � �� aq e 5 Ca,4 � �-�-� res mac. 397u! o�aus �, •, 4� �, sn. cd�' 23q .- Z ?!7 -? o `f • ' � �} � � A-M ��Oux Q �f ism L ►�'1 r 7 7 ,� 0710 2 1 Z V e Iroc Gq r c ►� r w, Jots► �eWU Pew`&, 1 �. e - ne MANDATORY Pre- Bid Conference Sign - In Sheet Bid No . 2014003 — Historic Dodgertown Room Renovations September 25 , 2013 @ 10 : 00 a . m . 390126th Street Name Company Phone & Fax Address Email f go(z Lf L ��► rr �AS / ✓G i O.� Or1a yK�v� !7 n 26 ,f J T ( � % S / S �G I D ►� (VCUP✓ Ld� ( �2 271 2120 V .e �j QrrK � cm �orid410c . coW? 1' k 7 ��' 0` 3yL 'z > 7 r- % % P Z. 'i 'C �C / y ' ji Gr�-C7- w .9 � S �i�r �- Lf 3 L > IvtV ( be� �t iT .Q �. 4G49a ; q ? T7 Saw . i*► e J eY1 n ;L , 41da I L-(.� Pc�Chc�si l� Z 19-1 Adrn in & 441CL' 8 Fuw& -51NO 6 l rC&IO &4 MANDATORY Pre- Bid Conference Sign - In Sheet Bid No . 2014003 — Historic Dodgertown Room Renovations September 25, 2013 @ 10 : 00 a . m . 390126th Street .,i - r -yY Y �' r. 5 .: re;r' .. 3 + s } _ 4, .3 - •,:r .., .� .: at: s. .,s • W.. rj r,t � . F .:ti -� r - t s ; . z., .J .:' �'�rG .*'h4' �+ .! ^wPh�1�� .8`i+Falclresad Ile NU r 6 7 0 0 � c64 � e W ov"I K• f SCY-rllYrXs . n 770 �Ylo �G� ✓� UVI 'G � e � � (u el jr0l jccPW4 117 - 360 - G3 � � • t�r-.r � dc ,Afe940ce" Gov , w, �Cv (.,w �Z�^' S ��•nti� ,�� ('�, � . �� Z - �tpG � �713 /,�`,c�l� Secpoell r_i C. �Er MANDATORY Pre- Bid Conference Sign - in Sheet Bid No . 2014003 — Historic Dodgertown Room Renovations September 25, 2013 @ 10 : 00 a . m . 390126th Street ZAKIA a. I r'.^�.} . � +"�,- SG+ �'v _. ti _ . id4 _k -a€.S7 ,� rnk''� ,� � � � ? 2 - �� � • �s3z a. �To a� �Jt� � 2 3 L7 bio 1 ,c2 r �6 J 99Gl IK � C1.. � �.6Z 1 RC X72 - 2z6 - IS��l � � Y►1 � 2 � � tr �il c � c. U . G (% 1 PJa A. , _ E AING- wlI A ('� ILL tti1 + � � A � � �� C l'z tJC_ ) NEG (ZIN ' 77Z -22613481110 J i � S � Irc Y Indian River Count O Purchasing Division y 1800 27th Street Vero Beach , FL 32960 ' A Phone ( 772 ) 2264416 Fax ( 772 ) 770-5140 ADDENDUM NO . 2 DATE : October 2, 2013 PROJECT NAME : Historic Dodgertown (fka Vero Beach Sports Village ) Room Renovations BID NO . 2014003 PROJECT No . 1341 Bid Opening Date : FRIDAY, OCTOBER 11 , 2013 AT 2 : 00 P . M . TO ALL PROSPECTIVE BIDDERS . TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM is intended to clarify, correct, or change the Bid Requirements . Therefore, it hereby supersedes anything to the contrary in the Bid Requirements . This ADDENDUM is hereby made a part of and shall be attached to the subject Bid Requirements . NO FURTHER QUESTIONS WILL BE ANSWERED . All Submittals, including signature page of Addendum Nos . 1 and 2 must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach , FL 32960 prior to the date and time shown above. Late bids will be returned unopened . Addenda may be issued to clarify, correct, or change the Bid Documents as deemed advisable by OWNER or ENGINEER. Page 1 of S F.9 Publlc WorksIENCINEERINCDMSIONPROJECTSI1341-BTworic Dodgertown (fka VB Sports rillage) Room Renovadons)IAdminl bid documentsLWDENDUMNO 210-4-2013. doc CLARIFICATIONS/ADDITIONS/QUESTIONS SECTION 01310 - DETAILED CONSTRUCTION SCOPE OF WORK — REVISED OCTOBER 4, 2013 Changes for Addendum No . 2 are shown as : * * * *ADDENDUM NO . 2 * * * * 2 . CABANAS GENERAL - ADD the following : h ) * * * *REMOVE 4'4" OF EXISTING BATHROOM WALL ROOM 191 ONLY. * * * * PLUMBING — ADD the following at the END of Item c) * * * * SUPPLYAQUATIC SHOWER UNIT MODEL 16033P WITH FACTORY INSTALLED ASSISTED CARE GRAB BARS ROOM 191 ONLY. * * * * PLUMBING — ADD the following : k) * * * *SUPPL Y ADA GRAB BAR 30" LONG NEXT TO TOILET. (SEE PLAN FOR LOCATION. ) FOR ROOM NO. 191 ONLY* * * * MISCELLANEOUS — ADD the following : e) * * * * CONSTRUCT NEW WALL FOR BATHROOM ROOM 191 ONLY. (SEE PLAN FOR LOCATION AND DETAILS. ) * * * * D * * * *PROVIDE 3'-0" X 6'-8" DOOR WITH MODEL LCN # 1461 WHITE DOOR CLOSER, INSTALLED. ROOM 191 ONLY. * * * * 9) * * * *INSTALL NEW BRACKETS TO EXISTING HANDRAILS AT STEP LEADING UP TO CABANAS. (2 SETS OF STEPS, 4 HANDRAILS) * * * * h) * * * *INSTALL 16' OF NEW HANDRAIL ALONG EACH SIDE OF RAMP LEADING UP TO POOL AREA MATCH EXISTING STYLE AND PAINT COLOR. * * * * i) * * * *CONSTRUCT NEW ADA RAMP GOING INTO 1 CABANA . (SEE PLAN FOR LOCATION. ) * * * * j) * * * *REMOVE EXISTING 3' SIDEWALK ALONG SIDE OF CABANAS AND CONSTRUCT NEW 5' WIDE SIDEWALK. (SEE PLANS FOR LOCATION. ) * * * * 3 . SUITES GENERAL — ADD the following at the END of Item c) c) " " EXCEPTION SUITE 173 NO DEMO. NEW KNOCKDOWN TEXTURE IN BATHROOM TO MATCH THE REST OF THE ROOM ONLY. * * * * Page 2 of S F:IPublic WorksIENGINEERMGDIV]SIONPROJECTSI]341 Historic Dodgertown (fka VB Sports Village) Room Renovadons) Wminlbid documentslADDENDUMNO 2 I0-4.2013. doc PLUMBING — ADD the following immediately following title and immediately preceding a ) . * ' EXCEPTION SUITE 173 REQUIRES NO PLUMBING WORK. " " BATHROOM ACCESSORIES, HARDWARE, FURNITURE — ADD the following immediately * * * * EXCEPTION SUITE #173 DOES NOT GET NEW FIXTURES. END OF REVISIONS TO DETAILED CONSTRUCTION SCOPE OF WORK DATED 10/4/2013 A REVISED ITEMIZED BID SCHEDULE DATED OCTOBER 4, 2013 IS ATTACHED AND MUST BE SUBMITTED QUESTION NO . 1 Referencing Revised Section 01310 - Detailed Construction Scope of Work: Small Rooms — Remedial Framing and Hardware Installation With the revision for the small rooms and the deletion of the counter, please clarify the scope of work . Will the header at the same height as the doorway remain ? ANSWER NO . 1 No . QUESTION NO . 2 If the header is to be removed , will the contractor be required to apply popcorn to the ceiling of the previous closet area, to match existing ceiling? ANSWER NO . 2 Yes . QUESTION NO . 3 Referencing Section 01310 — Detailed Construction Scope of Work: Painting & Drywall Finish - h) All paint is to be Color Wheel We are requesting to include Sherwin Williams as an alternative paint to Color Wheel . Color Wheel is owned by Sherwin Williams and will result in a better finish . Page 3 of S F:IPublic WorksIENGINEERINGDDVMIONPROJECTS11341-Historic Dodgertown (fka VB Sports Mage) Room Renovadons)Wminlbid documentsL4DDENDUMNO 210.4-2013.doc ANSWER NO . 3 Any alternative materials will be addressed after a contractor has been selected and a contract approved . QUESTION NO . 4 We propose to supply Masonrite Fiberglass 6 panel doors in lieu of the Plast- pro specified . We would like to know if this is an acceptable substitution . ANSWER NO . 4 See ANSWER NO . 3 above . ATTACH M E NTS Detailed Construction Scope of Work Revised October 4, 2013 Itemized Bid Schedule Revised October 4, 2013 Sheets — Cover Sheet, 2B, 10, 10A and 10B Page 4 of S F Tub& WorksIENGINEERINGDIVISIONPROJECTS1l341Historic Dodgertown (fka VB Sports Village) Room Renovations)L4dminlbid documentMDDENDUMNO 2 10.4-20I3.doc HISTORIC DODGERTOWN ( fka Vero Beach Sports Village ) ROOM RENOVATIONS BID NO : 2014003 PROJECT NO : 1341 ADDENDUM NO . 2 * * * * * * * * * * * * * This Addendum MUST be returned with your Bid * * * * * * * * * * * * * * ADDENDUM NO . 2 is submitted b Christop , � afer;Jr., r ., County Engineer and ✓ Jeri . er Hyde Purchasing Manager Company Name �- � s ! ' �� , Name : © S ( 6tk Cbz r Title : (Type / Printed ) Authorized Signature : Date : ./0 - 1 ( ' 0 Telephone : ( 3 � � 1 � � S5 Fax : � US) SS — L0 0 v� Page S of S F: IPublic WorksIENGINEERINGDIVISIONPROJECTSII341-Historic Dodgertown (fka VB Sports Mage) Room Renovadons)Wminlbid documentMDDENDUM NO 210-4-2013.doc ITEMIZED BID SCHEDULE ****ADDENDUM NO. 2 - REVISED OCTOBER 4, 2013*** PROJECT NAME : HISTORIC DODGERTOWN ROOM RENOVATIONS PROJECT NOJBID NO . 1341 /2014003 BIDDER'S NAME : Item No. Description Unit lQuantity Unit Price Amount 1 MOBILIZATION/DEMOBILIZATION LS 1 STORAGE FACILITIES FOR EXISTING FURNITURE AND NEW FIXURES 2 TO BE USED TO ACCOMMODATE 5/6 ROOMS PW 44 3 REGULAR ROOM #101 RENOVATIONS LS 1 4 REGULAR ROOM #102 RENOVATIONS LS 1 5 REGULAR ROOM #103 RENOVATIONS LS 1 6 REGULAR ROOM #104 RENOVATIONS LS 1 7 REGULAR ROOM #105 RENOVATIONS LS 1 8 REGULAR ROOM #106 RENOVATIONS LS 1 9 REGULAR ROOM #107 RENOVATIONS LS 1 10 REGULAR ROOM #108 RENOVATIONS LS 1 11 REGULAR ROOM #109 RENOVATIONS LS 1 12 REGULAR ROOM #110 RENOVATIONS LS 1 13 REGULAR ROOM #111 RENOVATIONS LS 1 14 REGULAR ROOM #114 RENOVATIONS LS 1 15 REGULAR ROOM #115 RENOVATIONS LS 1 16 REGULAR ROOM #116 RENOVATIONS LS 1 17 REGULAR ROOM #117 RENOVATIONS LS 1 18 REGULAR ROOM #120 RENOVATIONS LS 1 19 REGULAR ROOM #121 RENOVATIONS LS 1 20 REGULAR ROOM #122 RENOVATIONS LS 1 21 REGULAR ROOM #123 RENOVATIONS LS 1 22 REGULAR ROOM #124 RENOVATIONS LS 1 23 REGULAR ROOM #125 RENOVATIONS LS 1 24 REGULAR ROOM #126 RENOVATIONS LS 1 25 REGULAR ROOM #127 RENOVATIONS LS 1 26 REGULAR ROOM #128 RENOVATIONS LS 1 27 REGULAR ROOM #129 RENOVATIONS LS 1 28 REGULAR ROOM #130 RENOVATIONS LS 1 29 REGULAR ROOM #131 RENOVATIONS LS 1 30 REGULAR ROOM #132 RENOVATIONS LS 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovabons)\Ndmin\estimates\1341 Itemized Bid Schedule ADDENDUM #2 00310-3 ITEMIZED BID SCHEDULE ****ADDENDUM NO. 2 = REVISED OCTOBER 4, 2013' PROJECT NAME : HISTORIC DODGERTOWN ROOM RENOVATIONS PROJECT NOJBID NO . 1341 /2014003 BIDDER'S NAME : Item No. Description Unit Quanti Unit Price Amount 31 REGULAR ROOM #133 RENOVATIONS LS 1 32 REGULAR ROOM #136 RENOVATIONS LS 1 33 REGULAR ROOM #137 RENOVATIONS LS 1 34 REGULAR ROOM #138 RENOVATIONS LS 1 35 REGULAR ROOM #139 RENOVATIONS LS 1 36 REGULAR ROOM #175 RENOVATIONS LS 1 37 REGULAR ROOM #176 RENOVATIONS LS 1 38 REGULAR ROOM #177 RENOVATIONS LS 1 39 REGULAR ROOM #178 RENOVATIONS LS 1 40 REGULAR ROOM #181 RENOVATIONS LS 1 41 REGULAR ROOM #182 RENOVATIONS LS 1 42 REGULAR ROOM #183 RENOVATIONS LS 1 43 REGULAR ROOM #186 RENOVATIONS LS 1 44 REGULAR ROOM #187 RENOVATIONS LS 1 45 REGULAR ROOM #188 RENOVATIONS LS 1 46 REGULAR ROOM #189 RENOVATIONS LS 1 47 REGULAR ROOM #190 RENOVATIONS LS 1 48 SMALL ROOM #164 RENOVATIONS LS 1 49 SMALL ROOM #165 RENOVATIONS LS 1 50 SMALL ROOM #166 RENOVATIONS LS 1 51 SMALL ROOM #167 RENOVATIONS LS 1 52 SMALL ROOM #168 RENOVATIONS LS 1 53 SMALL ROOM #169 RENOVATIONS LS 1 54 SMALL ROOM #170 RENOVATIONS LS 1 55 SMALL ROOM #171 RENOVATIONS LS 1 56 SMALL ROOM #179 RENOVATIONS LS 1 57 SMALL ROOM #180 RENOVATIONS LS 1 58 SUITE ROOM #112 RENOVATIONS LS 1 59 SUITE ROOM #118 RENOVATIONS LS 1 60 SUITE ROOM #119 RENOVATIONS LS 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\estimates\1341 Itemized Bid Schedule ADDENDUM #2 003104 ITEMIZED BID SCHEDULE ****ADDENDUM NO. 2 = REVISED OCTOBER 4, 2013*** PROJECT NAME : HISTORIC DODGERTOWN ROOM RENOVATIONS PROJECT NO./BID NO . 1341 /2014003 BIDDER'S NAME : Item No. Description Unit lQuantitly Unit Price Amount 61 SUITE ROOM #134 RENOVATIONS LS 1 62 SUITE ROOM #135 RENOVATIONS LS 1 63 SUITE ROOM #173 RENOVATIONS LS 1 64 SUITE ROOM #174 RENOVATIONS LS 1 65 SUITE ROOM #184 RENOVATIONS LS 1 66 SUITE ROOM #185 RENOVATIONS LS 1 67 CABANA ROOM #191 RENOVATIONS LS 1 68 CABANA ROOM #192 RENOVATIONS LS 1 EXTERIOR DOOR (PLASTPRO 3'-0" X 6'-81') ( FURNISH AND INSTALL)(OR 69 SUBSTITUTE AS APPROVED BY OWNER) EA 58 WALL MOUNT BRACKET FOR 46" FLAT SCREEN TELEVISION ( FURNISH 70 AND INSTALL) EA 9 HANDRAIL ( INSTALL NEW BRACKETS AND RESECURE) (4 HANDRAILS ) ***" 71 AT STEPS FRONTING CABANA LS 1 72 HANDRAIL (MATCH EXISTING) ( 15 LF EACH SIDE) LF 30 73 CONCRETE SIDEWALK SY 20 800- 1 PUBLIC CONSTRUCTION BOND LS 1 ROOM RENOVATIONS PROJECT PROJECT TOTAL ( IN WORDS ) LS = Lump Sum EA = Each PW = Per Week LF = Linear Feet SY = Square Yards F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (tka VB Sports Village) Room Renovabons)Wdmin\estimates\1341 Itemized Bid Schedule ADDENDUM #2 00310-5 ,t SECTION 01310 DETAILED CONSTRUCTION SCOPE OF WORK REVISED OCTOBER 4, 2013 1 . 1 GENERAL REQUIREMENTS A . There are 66 rooms to be renovated . ( 45 regular rooms — queens, 2 cabanas, 9 suites and 10 small rooms — doubles ) Be Rooms are to be renovated at minimum 5 rooms at a time . Each group of rooms shall be completed within 16 calendar days for substantial completion and 19 days for final completion . See tentative schedule which outlines the preliminary dates for room renovations . (Section 00520, Article 4 . 02 ) Co A Notice to Proceed will be issued for each group . On Day Sixteen ( 16 ) of the nineteen ( 19 ) calendar days, a walk-through will be conducted and a Certificate of Substantial Completion , along with a list of items to be completed or corrected will be issued . Said work to be completed within three ( 3 ) calendar days . D . At least 3 weeks prior to ordering materials or scheduling work on each group of rooms, Contractor must coordinate with Indian River County and Verotown , LLC ( contact person Craig Callan ( 772 ) 257-8555 ) and obtain a firm schedule for the renovations . E . A full time Field Superintendent is required on site at all times that work is being performed . F . Contractor is responsible for removing debris from site to dumpster on a daily basis . Dumpster location to be coordinated with Indian River County and Verotown , LLC . G . Contractor is responsible to provide all necessary equipment, temporary lighting and procuring all materials to complete the work as specified in the contract documents . H . Contractor is responsible to obtain and pay all required permits . I . Delivery and storage of all products and materials must be coordinated with Indian River County and Verotown , LLC . Contractor is responsible to provide storage for items to be removed , stored and re- installed in the rooms . J . The specific improvements required for each room type is as follows . 013104 01310 Detailed Construction Scope of Work F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VI3 Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 404-2013.doc 1 . REGULAR ROOMS AND SMALL ROOMS GENERAL a ) Remove all items out of the room to storage . b ) Closet lighting fixtures, pictures, artwork, window curtains, window blinds, dressers, lamps, hairdryers, refrigerator, iron and ironing board , and room mirrors all to be re- used . c ) Demo — Shower unit, bathroom tile floor, bathroom drywall, bathroom vanity, towel bar, toilet paper holder and insulation . d ) Remove wallpaper throughout the entire room . ( NOTE : Some rooms do not have wallpaper . ) e ) Remove any drywall due to moisture damage . f) Remove carpet, save to be re- used ( new pad , nail strips, and transition strips . ) PLUMBING a ) Demo shower unit ( anti - scald shower valve to be re- used , it was installed in 2009 ) . Relocate as required . b ) Demo toilet and vanity faucet . c) Supply and install Aquatic 60" x 34" x 72" shower unit Model # 16033P, with Moen Brantford brushed nickel shower trim Model # T215213N . ( Re - use existing shower valve ) . d ) Supply and install Kohler pedestal sink with & inch spread . Model # 1( 2359- 8-0 (white ) . e ) Supply and install Moen Brantford brushed nickel 8- inch spread faucet Model # T6620BN with new Moen 69000 widespread valve . f) Supply and install new American Standard Champion 4 toilets Model # 110945 . Engineered to prevent clogs . g) Supply and install % turn supply shut off valve for toilets and vanities . h ) Labor to remove concrete and relocate drain , patch floor . ELECTRICAL a ) Provide demolition of electrical for existing wall to be removed . Relocate existing closet switch to the opposite side of the door for existing lighting. b ) Supply and install wire for 2 duplex outlets and 1 quad outlet at counter area . c ) Remove and replace existing outlets and switches in room , white decor switches and receptacles . d ) Remove and replace all TV, computer and telephone jacks . 01310-2 01310 Detailed Construction Scope of Work FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovabons)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 10442013.doc r e ) Reinstall bathroom fixtures and closet lights . REMEDIAL FRAMING AND HARDWARE INSTALLATION a ) Remove section of the closet wall to create an opening for a countertop leaving a header the same height as the doorway and the base for partition wall at 36" high . AFF ( Exception : Room 181 does not receive this treatment . ) b ) Frame new 24- inch deep closet . ( Exception : Room 181 does not receive this treatment . ) c ) IN REGULAR ROOMS ONLY. ( Exception : Room 181 does not receive a countertop . ) Supply and install new countertop with bevel edge laminate . Install reinforcing panels and support beams beneath counter . Color to be selected . 2" computer grommet to pass through counter. d ) Supply and install flat slab 72" bi - pass door at new closet . Johnson Model # 138F Fascia track with heavy duty hardware . Hollow core hardboard primed 1-3/8" doors, doors to have four solid wood edges . ( Exception : Room 181 does not receive this treatment . ) e ) Supply and install 2- 1/2" round Ives satin nickel bi - pass pulls . ( Exception : Room 181 does not receive this treatment . ) f) Supply and install Deltana 3- 1/2" x 34/2" square steel U515 satin nickel door hinges and door strikes . g) Remove existing closet shelf and re- install . h ) Remove and replace bathroom door. Hollow core hardboard primed 1-3/8" doors, doors to have four solid wood edges . i ) Remove and replace any damaged base or casing . ( Match existing) j ) Remove and replace front window sill with standard marble and the bathroom window sill with standard marble . k) New full length mirror, 20" x 60" frameless with clips . SMALL ROOMS ONLY a ) Remove existing closet . b ) Frame new 24-inch deep closet . c) Supply and install flat slab 72" bi-pass door at new closet. Johnson Model # 138F Fascia track with heavy dutv hardware . Hollow core hardboard primed 1-3/8" doors, doors to have four solid wood edges . d ) Install VCT tile 12"X12" Armstrong Standard Excelon Imperial Texture (color to be selected by Verotown LLC) e ) Install Transition strips between carpet and tile . 01310-3 01310 Detailed Construction Scope of Work FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 10=4-2013 .doc FLOORING a ) Supply and install bathroom flooring 18" x 18" rectified porcelain tile, minimum tile grout lines, grout and tile to be sealed . Dal-Tile Palatina PT 95 . b ) Supply and install 4" base board porcelain tile . c ) Tile to be installed on a diagonal . d ) Room carpet to be removed and re-installed with new anti - microbial pads and nail strips . PAINTING & DRYWALL FINISH a ) Bathroom drywall to be replaced with %" MR board . b ) Apply Gardz on all wall surfaces, skim walls to level 4 finish and apply medium knockdown texture . ( NOTE : Some rooms will not require knockdown texture . ) c ) Paint ceilings with 1 coat Zinsser 1- 2- 3 primer, and 2 coats of Optima white acrylic flat finish . d ) Paint walls with 1 coat Zinsser 1- 2- 3 primer, and 2 coats of Optima interior semi -gloss white finish . e ) Paint all doors with 1 coat Zinsser 1- 2 - 3 primer, and 2 coats of Optima interior semi -gloss white finish . f) Paint baseboards with 1 coat Zinsser 1- 2- 3 primer, and 2 coats of Optima interior semi -gloss white finish . g) Prep all new doors and jambs, caulk all joints, fill all holes and sand all surfaces to receive primer or paint . h ) All paint is to be Color Wheel . BATHROOM ACCESSORIES, HARDWARE, FURNITURE a ) Supply and install oval mirrors . Styles Selection 24" x 36" Model # 8408, Item # 159963 . b ) Supply and install Allen and Roth Moravia wall cabinets 22" W x 8" D x 25" H . Model # 73054, Item # 361388 . c ) Supply and install Moen Boardwalk toilet paper holder in brushed nickel . Model # Y32086N . d ) Supply and install Moen Boardwalk towel bar in brushed nickel . Model # Y3224BN . e ) Supply and install door stops for bathroom door and front door, convex wall stops x 26D brushed nickel wall mount . f) Supply and install bathroom door robe/towel rack in brushed nickel, dual hook . g ) Supply and install Schlage bathroom door lock handle in satin nickel, lever handle . Model # F40 V FLA 619 . 013104 01310 Detailed Construction Scope of Work FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (flea VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 104m2013.doc EXTERIOR DOORS a ) Remove and install new entry doors . Doors to be 30x 68 pre- hung 6 panel smooth fiberglass doors — model is Plastpro with extra blocking for door closer and full mortise lock prep . 6- 5/8" smooth composite poly fiber SRK jambs (single rabbet kerfed ) white Q- Lon weather-strip . All aluminum adjustable in -swing sill mfg. by Afco Millwork products . 4 x 4 x 5/8" radius stainless steel hinges with NRP . 180' door viewer Schlage Model # 482AD solid bar door guard . Model LCN # 1461 white door closer, installed . 24/4" WM #316 primed casing per door . Old doors to be removed off site . Re- install Kaba lock system . MISCELLANEOUS a ) All pictures, art work, and mirrors to be hung back on walls . b ) All fixtures and hardware should be brushed nickel . c ) Any fixture, hardware, equipment or furnishing substitutions are subject to approval by OWNER . d) Remove existing plumbing access panel and patch with drywall. 2 . CABANAS GENERAL a ) Remove all items out of the room to storage . b ) Closet lighting fixtures, pictures, artwork, window curtains, window blinds, dressers, lamps, hairdryers, refrigerator, iron and ironing board , and room mirrors all to be re - used . c ) Demo — Shower unit, bathroom the floor, bathroom drywall , bathroom vanity, towel bar, toilet paper holder and insulation . d ) Remove all texture walls throughout the entire room . Slick walls . e ) Remove any drywall due to moisture damage . f) Remove carpet, save to be re- used ( new pad , nail strips, and transition strips . ) g) Remove counter area directly outside bathroom and demo hot water heater. h ) * * * *REMOVE 4 '-6" OF EXISTING BATH ROOM WALL ROOM 191 ONLY. * * * * PLUMBING a ) Demo shower unit ( anti -scald shower valve to be re- used, it was installed in 2009 ) . Relocate as required . b ) Demo toilet and vanity faucet . 01310-5 01310 Detailed Construction Scope of Work FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 10442013 .doc c ) Supply and install Aquatic 60 x 34" x 72" shower unit Model # 16033P, with Moen Brantford brushed nickel shower trim Model # T215213N . ( Re- use existing shower valve ) . * * * * SUPPLY AQUATIC SHOWER UNIT MODEL 16033P WITH FACTORY INSTALLED ASSISTED CARE GRAB BARS ROOM 191 ONLY. * * * * d ) Supply and install Kohler pedestal sink with & inch spread . Model # 1(2359-8-0 (white ) . e ) Supply and install Moen Brantford brushed nickel & inch spread faucet Model # T6620BN with new Moen 69000 widespread valve . f) Supply and install new American Standard Champion 4 toilets Model # 110945 . Engineered to prevent clogs . g ) Supply and install % turn supply shut off valve for toilets and vanities . h ) Labor to remove concrete and relocate drain, patch floor. i ) Contractor to install ( POU ) Point of Use electric water heater. Merloni Ariston 7 gallon , Model # GL6 j ) Supply and install undermount stainless steel sink, Ukinox Model D345 in the bar area . k ) * * * *SUPPLYADA GRAB BAR 30" LONG NEXT TO TOILET. (SEE PLAN FOR LOCATION. ) FOR ROOM 191 ONLY* * * * ELECTRICAL a ) Supply and install wire for 2 duplex outlets and 1 quad outlet at counter area . b ) Remove and replace existing outlets and switches in room . White decor switches and receptacles . c) Remove and replace all TV, computer and telephone jacks . d ) Reinstall bathroom fixtures and closet lights . MISCELLANEOUS a ) Supply and install bi -fold doors for existing closets, opening 68x 6° . b ) Supply and install 24/2" round Ives satin nickel bi - pass pulls for bi -fold doors . c ) Supply and install Deltana 3- 1/2" x 3- 1/2" square steel U515 satin nickel door hinges and door strikes . d ) Supply and install new wire closet shelving. e ) Remove and replace bathroom door. Hollow core hardboard primed 1- 3/8" doors, doors to have four solid wood edges . f) Remove and replace all base and casing throughout unit and replace with new. 01310-6 01310 Detailed Construction Scope of Work FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VI3 Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 104-2013.doc g ) New full length mirror, 20" x 60" frameless with clips . h ) Supply new upper and lower cabinet at proposed bar area . Cabinets to be constructed of plywood with solid wood face frames, full overlay door, raised panel . Owner to determine wood species . Allow for birch , cherry, mahogany. Drawers to have undermount "soft close" drawer guides . Countertop to be granite . 2" computer grommet to pass through counter. i ) All pictures, art work, and mirrors to be hung back on walls . j ) All fixtures and hardware should be brushed nickel . FLOORING a ) Supply and install bathroom flooring 18" x 18" rectified porcelain tile, minimum tile grout lines, grout and tile to be sealed . Dal -Tile Palatina PT 95 . b ) Supply and install 4" base board porcelain tile . c) Continue the bathroom floor tile out to extend to the end of the bar, and to align with end of bathroom wall . d ) Tile to be installed on a diagonal . e ) Room carpet to be removed and re- installed with new anti - microbial pads and nail strips . PAINTING & DRYWALL FINISH a ) Apply Gardz on all wall surfaces, skim walls to level 4 finish and apply medium knockdown texture . b ) Paint ceilings with 1 coat Zinsser 1- 2- 3 primer, and 2 coats of Optima white acrylic flat finish . c) Paint walls with 1 coat Zinsser 1- 2 - 3 primer, and 2 coats of Optima interior semi -gloss white finish . d ) Paint all doors with 1 coat Zinsser 1- 2-3 primer, and 2 coats of Optima interior semi -gloss white finish . e ) Paint baseboards with 1 coat Zinsser 1- 2- 3 primer, and 2 coats of Optima interior semi -gloss white finish . f) Prep all new doors and jambs, caulk all joints, fill all holes and sand all surfaces to receive primer or paint . g ) All paint is to be Color Wheel . BATHROOM ACCESSORIES, HARDWARE, FURNITURE a ) Supply and install oval mirrors . Styles Selection 24" x 36" Model # 8408, Item # 159963 . b ) Supply and install Allen and Roth Moravia wall cabinets 22" W x 8" D x 25 " H . Model # 73054, Item # 361388 . c) Supply and install Moen Boardwalk toilet paper holder in brushed nickel . Model # Y3208BN . 01310-7 01310 Detailed Construction Scope of Work FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Vldmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 104-2013.doc d ) Supply and install Moen Boardwalk towel bar in brushed nickel . Model # Y3224BN . e ) Supply and install door stops for bathroom door and front door, convex wall stops x26D brushed nickel wall mount . f) Supply and install bathroom door robe/towel rack in brushed nickel, dual hook. g) Supply and install Schlage bathroom door lock handle in satin nickel, lever handle . Model # F40 V FLA 619 . EXTERIOR DOORS a ) Supply and install new exterior French impact rated doors . CGI Sentinel Series . b ) Remove and install new entry doors . Doors to be 30x 68 pre- hung 6 panel smooth fiberglass doors — model is Plastpro with extra blocking for door closer and full mortise lock prep . 6- 5/8" smooth composite poly fiber SRK jambs (single rabbet kerfed ) white Q Lon weather-strip . All aluminum adjustable in -swing sill mfg. by Afco Millwork products . 4 x 4 x 5/8" radius stainless steel hinges with NRP . 1800 door viewer Schlage Model # 482AD solid bar door guard . Model LCN # 1461 white door closer, installed . 2- 1/4" WM #316 primed casing per door. Old doors to be removed off site . Re- install Kaba lock system . MISCELLANEOUS a ) All pictures, art work, and mirrors to be hung back on walls . b ) All fixtures and hardware should be brushed nickel . c ) Any fixture, hardware, equipment or furnishing substitutions are subject to approval by OWNER . d) Remove existing plumbing access panel and patch with drywall. e) * * * *CONSTRUCT NEW WALL FOR BATHROOM ROOM 191 ONLY. (SEE PLAN FOR LOCATION AND DETAILS. ) * * * * D * * * *PROVIDE 3'-0" X 614"' DOOR WITH MODEL LCN # 1461 WHITE DOOR CLOSER, INSTALLED. ROOM 191 ONLY. * * * * 9) * * * *INSTALL NEW BRACKETS TO EXISTING HANDRAILS AT STEP LEADING UP TO CABANAS. (2 SETS OF STEPS, 4 HANDRAILS) * * * * h) * * * *INSTALL 16' OF NEW HANDRAIL ALONG EACH SIDE OF RAMP LEADING UP TO POOL AREA MATCH EXISTING STYLE AND PAINT COLOR. * * * * i) * * * *CONSTRUCT NEW ADA RAMP GOING INTO 1 CABANA. (SEE PLAN FOR LOCATION. ) f " j) * * * *REMOVE EXISTING 3' SIDEWALK ALONG SIDE OF CABANAS AND CONSTRUCT NEW S'WIDE SIDEWALK. (SEE PLANS FOR LOCATION. ) * * * * 01310-8 01310 Detailed Construction Scope of Work F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 104-2013.doc 3 . SUITES GENERAL a ) Remove all items out of the room to storage . b ) Closet lighting fixtures, pictures, artwork, window curtains, window blinds, dressers, lamps, hairdryers, refrigerator, iron and ironing board, and room mirrors all to be re - used . C) Demo — Shower unit, bathroom tile floor, bathroom drywall , bathroom vanity, towel bar, toilet paper holder and insulation . " ",EXCEPTION* * EXCEPTION SUITE 173 NO DEMO. NEW KNOCKDOWN TEXTURE IN BATHROOM TO MATCH THE REST OF THE ROOM ONLY. * * * * d ) Remove any drywall due to moisture damage . e ) Remove carpet, save to be re- used ( new pad, nail strips, and transition strips . ) PLUMBING * * * * EXCEPTION SUITE 173 REQUIRES NO PLUMBING WORK. * * * * a ) Demo shower unit ( anti -scald shower valve to be re- used , it was installed in 2009 ) . Relocate as required . b ) Demo toilet and vanity faucet . c ) Supply and install Aquatic 60" x 34" x 72" shower unit Model # 16033P, with Moen Brantford brushed nickel shower trim Model # T2152BN . ( Re- use existing shower valve ) . d ) Supply and install Kohler pedestal sink with 8- inch spread . Model # 1(2359- 8-0 (white ) . e ) Supply and install Moen Brantford brushed nickel & inch spread faucet Model # T6620BN with new Moen 69000 widespread valve . f) Supply and install new American Standard Champion 4 toilet Model # 110945 . Engineered to prevent clogs . g) Supply and install % turn supply shut off valve for toilets and vanities . h ) Labor to remove concrete and relocate drain , patch floor . ELECTRICAL a ) Supply and install wire for 2 duplex outlets and 1 quad outlet at counter area . b ) Remove and replace existing outlets and switches in room . White decor switches and receptacles . c ) Remove and replace all TV, computer and telephone jacks . d ) Reinstall bathroom fixtures and closet lights . 01310-9 01310 Detailed Construction Scope of Work FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 104-2013 .doc REMEDIAL FRAMING AND HARDWARE INSTALLATION a ) Supply and install new countertop with bevel edge laminate . Height to be ADA compliant . Color to be selected . 2" computer grommet to pass through counter. Please note changes detailed on Plan Sheets 7 and 9 attached to Addendum No . 1 . b ) Supply and install Deltana 34/2" x 34/2" square steel US15 satin nickel door hinges and door strikes for bathroom doors . c ) Remove existing closet shelf and re- install later. d ) Remove and replace bathroom door. Hollow core hardboard primed 1-3/8" doors, doors to have four solid wood edges . e ) Remove and replace any damaged base or casing. ( Match Existing) f) Remove and replace front window sill with standard marble and the bathroom window sill with standard marble . g) New full length mirror, 20" x 60" frameless with clips . FLOORING a ) Supply and install bathroom flooring 18" x 18" rectified porcelain tile, minimum tile grout lines, grout and tile to be sealed . Dal -Tile Palatina PT 95 . Allow for an additional 36 sq . ft . in front of countertop to receive porcelain tile . Please note changes detailed on Plan Sheets 7 and 9 attached to Addendum No . 1 . b ) Supply and install 4" base board porcelain tile . c ) Room carpet to be removed and re- installed with new anti- microbial pads and nail strips . PAINTING & DRYWALL FINISH a ) Apply Gardz on all wall surfaces, skim walls to level 4 finish and apply medium knockdown texture . b ) Paint ceilings with 1 coat Zinsser 1- 2-3 primer, and 2 coats of Optima white acrylic flat finish . c ) Paint walls with 1 coat Zinsser 1- 2-3 primer, and 2 coats of Optima interior semi -gloss white finish . d ) Paint all doors with 1 coat Zinsser 1- 2- 3 primer, and 2 coats of Optima interior semi -gloss white finish . e ) Paint baseboards with 1 coat Zinsser 1- 2-3 primer, and 2 coats of Optima interior semi -gloss white finish . f) Prep all new doors and jambs, caulk all joints, fill all holes and sand all surfaces to receive primer or paint . g) All paint is to be Color Wheel . BATHROOM ACCESSORIES, HARDWARE, FURNITURE * * * * EXCEPTION SUITE #173 DOES NOT GET NEW FIXTURES. 01310- 10 01310 Detailed Construction Scope of Work FAIDublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 10442013 .doc a ) Supply and install oval mirrors . Styles Selection 24" x 36" Model # 8408, Item # 159963 . b ) Supply and install Allen and Roth Moravia wall cabinets 22" W x 8" D x 25" H . Model # 73054, Item # 361388 . c ) Supply and install Moen Boardwalk toilet paper holder in brushed nickel . Model # Y320813N . d ) Supply and install Moen Boardwalk towel bar in brushed nickel . Model # Y3224BNM e ) Supply and install door stops for bathroom door and front door, convex wall stops x26D brushed nickel wall mount . f) Supply and install bathroom door robe/towel rack in brushed nickel, dual hook . g ) Supply and install Schlage bathroom door lock handle in satin nickel, lever handle . Model # F40 V FLA 619 . EXTERIOR DOORS a ) Remove and install new entry doors . Doors to be 30x 68 pre- hung 6 panel smooth fiberglass doors — model is Plastpro with extra blocking for door closer and full mortise lock prep . 6- 5/8" smooth composite poly fiber SRK jambs ( single rabbet kerfed ) white Q- Lon weather-strip . All aluminum adjustable in - swing sill mfg . by Afco Millwork products . 4 x 4 x 5/8" radius stainless steel hinges with NRP . 180' door viewer Schlage Model # 482AD solid bar door guard . Model LCN # 1461 white door closer, installed . 24/4" WM #316 primed casing per door . Old doors to be removed off site . Re- install Kaba lock system . MISCELLANEOUS a ) All pictures, art work, and mirrors to be hung back on walls . b ) All fixtures and hardware should be brushed nickel . c ) Contractor shall supply and install wall mount brackets and mount existing 46" Flat Screen Televisions as directed by OWNER . d ) Any fixture, hardware, equipment or furnishing substitutions are subject to approval by OWNER . e) Remove existing plumbing access panel and patch with drywall. + + END OF SECTION + + 0131041 01310 Detailed Construction Scope of Work FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VI3 Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work REVISED 104m2013 .doc REMOVE EX/ST. WINDOW SILL REMOVE EX/ST. CARPET AND PADDING SAVE CARPET INSTALL NEW INSTALL NEW CARPET REMOVE EX/ST. WALL STANDARD MARBLE SILL pg00/NG, TACK STRIPS PAPER THROUGHOUT p 12 6 „ PA/NT TYP AND TRANS/T/ON STR/PS, ROOM AS REQUIRED ( J INSTALL SAVED CARPET INSTALL 12x12 VCT TILE TO EXTEND INTO NEW CLOSET (ARMSTRONG STANDARD REMOVE CLOSET 8 '-4 " EXCELON IMPERIAL TEXTURE) (COLOR BY OWNER) F- - - - - - - - - - IF-- - - - - - - - - - - WI '� - - - - - - - - - INSTALL BYPASS DOOR n fl C/OSEf REMOVE EXIST. TUB/SHOWER �� — — — — CONSTRUCT NEW UNIT, S/NK, TOILET AND FLOOR NEW SINK CLOSET ___ T/LE. RELOCATE GRAIN AS NEW SHOWER co ` ;— ; REQUIRED FOR NEW SHOWER ---- --- % UNIT bath j NEW TO/LET REMOVE EX/ST. REMOVE EXIST. NEW 18 'X18 " PORCELA/N INTER/OR ODOR WINDOW SILL NEW ODOR FLOOR TILE AND BASE INSTALL NEW EXISTING SMALL PROPOSED SMALL STANDARD MARBLE SILL ROOM PLAN 12 ' - 6 " X 26 ' = 0 " ROOM PLAN 12 ' - 6 " X 24 ' - 0 " SCALE: 1/4 " = 1 '—O " SCALE: 1/4 " = 1 '-0 " SMALL ROOM FLOOR PLAN a Reri:io� ooze a INDIAN RIVER COUNTY S [ l RMBLD naw IYAN 9 6 !J YLY 18D1 IJ�F STREET Dep of Pub//c "{Yorks ,,,,,, ;r N B-1-u HISTORIC DODGERTOWN Wnz BEAN 32960 EngJneerJng Divls/on a �1L1 ST 1341 ROOM RENOVATIONS 10 NEW 18 'X18 " PORCELAIN NEW TOILET FLOOR TILE AND BASE NEW S/NK 0 NEW SHOWER INSTALL NEW CARPET PADDING, TACK STRIPS AND TRANSITION STR/PS, NEW DOOR INSTALL SAVED CARPET //vil room /NSTALL NEW STANDARD MARBLE SILL INSTALL INSTALL NEW COUNTERTOP STANDARD MARBLE SILL bedroom 18 'X18 " PORCELAIN FLOOR TILE AND BASE I TOUNTERND UNDER C/OSe/ 2 '- PAINT (TYP) I I PA/NT (TYP) REPLACE EXTER/OR DOOR IN SELECT ROOMS PROPOSED SUITE 15 ' - 6 " X 38 ) - 8 " ' SU/TE NOS 118, 119, 134 135, SCALE: 1/4 " = 1 '-0 " 173, 174, 184, 185 Ja. 1 ReNzion �,, . R7 PROPOSED Still FLOOR PLAN 1wi 2 ; RIVER COUNTY 11 e° a—i—�r y/BYOB/C OODGERTOWN eo+ sim SiREEi Denorfine_nf of Pub/ic Works 1iiz ssi a000rL ]19fi0 Engineering Oivfsion ..� ; ^ "�°"� s7 + Cie fs41p ROOM RENOVATIONS � 1O NEW DOOR 181W8 " PORCELAIN FLOOR TILE AND BASE TO EXTEND UNDER fr COUNTER /NSTALL COUNTERTOP /NSTALL NEW INSTALL NEW CARPET STANDARD MARBLE SILL PADD/NG, TACK STRIPS AND TRANSITION STR/PS, INSTALL SAVED CARPET 2 ' 1 ' I Closet VI PA/NT (TYP) INSTALL NEW // V/n9' room STANDARD MARBLE SILL NEW DOOR PA/NT (TYP) bedroom INSTALL NEW 18 X>8 " PORCELAIN STANDARD MARBLE SILL - o FLOOR TILE AND BASE O D NEW SHOWER NEW SINK NEW TO/LET PROPOSED SUITE 112 15 ' - 4 " X 38 ' - 8 " SCALE: 1/4 " = 1 '-O " PROPOSED SU/TE #112 FLOOR PLAN ao. eeaeioo Dote D INDIAN RIVER COUNTY •^ SE N xens/n caaee 9 6 /J em vm smccr Depodmeni of Public Works a w w r „ b HISTORIC DODGERTOWN 9Ez tz° se e000 J296o Englneenng Division p i34f ROOM RENOYAT/ONS 10 w >p REMOVE EX/S;OCADRA UN/T, S/NXo T REMOVE EX/ T. COUNTER, FLOOR T/LE. REMOVE EX/ST SINK, CAB/ ETS AND WATER AS REQU/REDS/NKCAB/ TS AND WA RHEATER SHOWER UN/THEATER,\ ' JI (` ' / I III I � � � I NJI I el II I I II I I i - --- - - ---� I v REMOVE EXISTI I REMOVE EX/ST. I I INTER/OR DOOR REMOVE EX/ST. /LATER/OR WALL B/FOLD DOOR I I I � I REMOVE EXIST, REMOVE EXIST. CARPET AND PADDING CARPET AND PADDING SAVE CARPET I SAVE CARPET I I I I � I I I I I REMOVE EXTERIOR REMOVE EXTERIOR I SLIDING DOOR SLIDING DOOR rl I I I I ' I EXISTING CABANA 191 - 192 20 ' - 7 " X 20 ' - 7 " SCALE.• 1/4 " = /"-o " DEMO FLOOR PLAN No. I Rewslo Dale a INDIAN RIVER COUNTY N i .lott»miv ,aoeo orrice uauu m u rtx am 27th S R Er 9eoodmenl of Publle Works �„„,50,',K I °''-" H/STOR/C DODGERTOWN :a(T �xssoviiisie1O ngneerngvs1341 ROOM RENOVAT/ONS 000 210 PROS/DE NEW SHOWER INSTALL NEW BASE UNIT WITH FACTORY CABINETS, COUNTER INSTALLED GRAB BARS TOPS, WALL CAB/NETS, PROS/DE ADA S/NK, WATER HEATER NEW SHOWER GRAB BAR AND MINI FRIDGE NEW SINK NEW TOILET Fr18 " 1 24 " 18 " 0 0 0 0 0 NEW B/FOLD DOOR s NEW 9/FOLD NEW DOOR NEW DOOR. DOOR3 ' 4 '-6 " 3 � 6 '—B " NEW 18 "X1812 PORCELAIN FLOOR TILE AND BASE O NEW 18 X18 " PORCELAIN PA/NT (TYP) PA/NT (TYP) FLOOR TILE AND BASE 11� O � REF INSTALL NEW CARPET INSTALL NEW CARPET M PADDING, TACK STRIPS PADDING, TACK STR/PS AND TRANSITION STR/PS, AND TRANSITION STR/PS, INSTALL SAVED CARPET INSTALL SAVED CARPET 21 " 18 " 21 " NEW FRENCH NEW FREiyCH WET BAR DOOR DOOR --\,,,, ELEVATION SCALE.• 1/2 " = 1 '—O " PROPOSED CABANAS 20 ' - 7 " X 20 ' - 7 " SCALE.• 114 " = 1 '—O " CABANA FLOOR PLAN Oeporlment of Pub11c Works R °-'-!i No. gav�aion Date R INDIAN RIVER COUNTY '� H/BYOB/C DODGERTOWN SHEET 1 AOOCMO/q /IA Y e1 WA11191 1 !i Rpt 37IF STREET q �°'�� f�A WHO 56] M FL 33960 Englnee�ing DIvlsion b f,�gfq ROOM RENOI/ATIONS „ 10 t A, \ fy 1x. ♦ �� . i�. S; q If lw Iv ff If 4 Ilk a IV ♦ �G ,� flr4� , ' L " ^z r �c , CONSTRUCT H. C. 4 ' RAMP INTO CABANA a e p. J i j_ _�I 1^--�11 ixJl IL ' // ( L ' /, p C Llxl 1 1 _ 1 1 a ` \�/ \�/ - ---- - -/ II I 11 1 1 II II I II a°. d 192 191 14 . Q . , ° . e . CONSTRUCT 5 ' ODE Rr:a ' SCALE. 1/4 400 TN/CK CONC. WALK NEW SIDEWALK PLAN got• By INDIAN RIVER COUNTY peporlmenl of Public Works . °_)-u H/BYOB/C DODGERTOWN / AIXYNq/Y A SM[r/ WIM W" a RIYP JO J !J Yf/l 1801 27th STREET A ^ °°°f°' ML l06 WRO BEACH , R 32960 Engineering pivJslon >34> ROOM RENOVATIONS ,� f0 )M 86)-8000 d . W y \ er - �o r , i . \ x ' y? �,: Z 1181HX3 { r' - - If 1% AAA I A44444 A, AN Vy: r} itIt �4 �` . . '. Ai . . a. AtI ' C . .i` AN .., ... x.xt.. , AN ut F'A5 }�4 Ad A .' . . AWATA i evCA AN w�.,.,...,...., ro 44 AT ANTI, It, 11 A r ti.n Y g ( a " x .' ?5 k . ' AN x1A, . kA A NAA 5 � AN ANY All \WIN A Iv w. rel"' . AN IF I IN F 12 ' �^ � . , far, IF # , ' " 6 'IFIF OF s� , IF d Fk IF ItFll 11 �, � � � �5�, �� # �, µk r � r Fla 11vF_ 11 � : �y b �. ,. . t .e^ i 4 JI ucMYi.�F e� "�P,t Y � Foell I, I sik FlIq ly EXHIBIT I BOARD OF COUNTY COMMISSIONERS gIVE r 'sLORI� October 22, 2013 OAC Action Construction Corporation Attn: Mr. Osualdo Cruz 12540 SW 130 Street #2 -3 Miami, FL 33186 NOTICE OF AWARD Reference: Indian River County Bid No. 2014003 Historic Dodgertown Room Renovations Dear Mr. Cruz, On October 22, 2013, the Board of County Commissioners awarded the above- referenced project to your company. The following documents are required before the applicable County department can issue a " Notice to Proceed" letter : 1 . Public Construction Bond in the amount of 100% of the contract amount, less Change Order 1 . ($ 567, 365 . 71 ) . 2 . Certificate of Insurance , must name Indian River County as an additional insured and must provide for a 30 day Notice of Cancellation . 3 . Two Signed Copies of Enclosed Agreement . Please execute both copies of the enclosed Agreement and return them together with the required Bond and Certificate of Insurance to this office at the address provided below no later than November 6. 2013 . Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of the award . Thank you for your prompt attention and if you have any questions, please do not hesitate to contact this office . Sincerely, e J nifer yde, Purchasing Manager cc: Christopher J. Kafer, Jr., P. E., County Engineer Office of Management and Budget • Purchasing Division 180027 A Street, Vero Beach , Florida 329609(772) 2264416•Fax : (772) 770-5140 &mail : purchasine(a, irceov.com SECTION 00520 - Agreement ( Public Works ) TABLE OF CONTENTS Title Paqe ARTICLE1 — WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE2 — THE PROJECT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE3 — ENGINEER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE4 — CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 — CONTRACT PRICE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 6 — PAYMENT PROCEDURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 7 — INDEMNIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 8 — CONTRACTOR' S REPRESENTATIONS , a 0 a 4 a a a 4 0 6 0 6 0 0 a 0 0 a 0 0 0 0 0 a 0 a a 6 0 0 0 v v 0 oweV09005 ARTICLE 9 — CONTRACT DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 10 — MISCELLANEOUS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] 00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum 00520 - 1 \\Fileserver2\Public\Purchasing\Bids\2013-2014 FY (2014000)\2014003 VBSV Dorm Renovations\00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum.doc SECTION 00520 = Agreement ( Public Works ) THIS AGREEMENT is by and between INDIAN RIVER COUNTY , a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida , ( hereinafter called OWNER) and OAC Action Construction , Corp . (hereinafter called CONTRACTOR) . OWNER and CONTRACTOR , in consideration of the mutual covenants hereinafter set forth , agree as follows : ARTICLE 1 - WORK 1 . 01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents , The Work is generally described as follows : Project consists of renovating 66 rooms at the Dormitory Complex at Historic Dodgertown (fka Vero Beach Sports Village), the renovations include demolition of certain room facilities and installation of new facilities. Work includes electrical, plumbing, drywall, painting, flooring, cabinetry, counters, etc. ARTICLE 2 = THE PROJECT 2 . 01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows : Project Name : Historic Dodgetown Room Renovations County Project Number : 1341 Bid Number: 2014003 Project Address : 3901 .26th Street , Vero Beach , Florida 32960 ARTICLE 3 — ENGINEER 3 . 01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER' s representative , assume all duties and responsibilities , and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents , ARTICLE 4 = CONTRACT TIMES 4 . 01 Time of the Essence A . All time limits for Milestones , if any , Substantial Completion , and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract . 4 . 02 Days to Achieve Substantial Completion, Final Completion and Final Payment A . The Work will be fully completed ( Final Completion) and ready for final payment in accordance with paragraph 14 . 07 of the General Conditions on or before the 271St day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions . 00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum 00520 - 2 \\Fileserver2\Public\Purchasing\Bids\2013-2014 FY (2014000)\2014003 VBSV Dorm Renovations\00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum.doc Be This project includes renovation of 66 rooms . The rooms will be renovated in groups of five (5) at a time . Each group must be completed within nineteen ( 19) calendar days . ( NOTE : One group of six (6) will be combined together that require less work. Time allotted for the six (6) rooms will be completed within nineteen ( 19) calendar days . ) The intent is to have the first group of five (5) rooms begin on Monday and be completed in nineteen ( 19) calendar days (end Friday) . Then the second group of five (5) rooms will begin on Monday and be completed in the next nineteen ( 19) calendar days (end Friday) , etc . However, due to holidays and special events , the schedule may be modified , but in no case will the contractor be required to de- mobilize for longer than nineteen ( 19) calendar days at one time and not more than two occurrences . Additionally no rooms can be out of service from December 20 , 2013 to December 30 , 2013 and from February 20 , 2014 to April 15 , 2014 . The tentative schedule is as follows : 1St Group 11 /04/2013to 11 /22/2013 2nd Group 11 /25/2013to 12/ 17/2013 (includes 4 days not counted for Thanksgiving day and weekend) 3`d Group 1 /06/2014 to 1 /24/2014 4th Group 1 /27/2014 to 2/ 14/2014 5th Group 4/21 /2014 to 5/09/2014 6th Group 5/ 12/2014 to 5/31 /2014 (Saturday , due to Memorial Day) 7th Group 6/02/2014 to 6/20/2014 8th Group 6/23/2014 to 7/ 12/2014 (Saturday , due to Independence Day) 9th Group 7/ 14/2014 to 8/01 /2014 10th Group 8/04/2014 to 8/22/2014 11th Group 8/25/2014 to 9/ 13/2014 (Saturday , due to Labor Day) 12th Group 9/ 15/2014 to 10/3/2014 13th Group 10/06/2014to 10/24/2014 Please note , the schedule is tentative and may be adjusted as rooms are available for work ( not rented) . There are times during the slow season ( normally April 16 — August 1 ) that more than 5 rooms can be renovated at the same time . But, other than the blackout dates listed above , there will not be more than 2 additional occurrences , as shown above , where the contractor will be required to de-mobilize , unless the contractor is agreeable to additional changes . A Notice to Proceed will be issued for each group . On Day Sixteen ( 16) of the nineteen ( 19) calendar days , a walk-through will be conducted and a Certificate of Substantial Completion , along with a list of items to be completed or corrected will be issued . Said work to be completed within three (3) calendar days . 4 . 03 Liquidated Damages A . CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4 . 02 above , plus any extensions thereof allowed in accordance with Article 12 of the General Conditions . Liquidated damages will commence for this portion of work . The parties also recognize the delays , expense , and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time . Accordingly , instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay ( but not as a penalty) , 00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum 00520 - 3 \\Fileserver2\Public\Purchasing\Bids\2013-2014 FY (2014000)\2014003 VBSV Dorm Renovations\00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum.doc CONTRACTOR shall pay OWNER $396 . 00 per day for each room not completed 278-00 after the time specified in paragraph 4 . 02 for Final Completion of each group , said damages continuing until Final Completion of the Work is obtained . sempfete plus any lost profits r fit ofV F„+ ,„ I t G ARTICLE 5 = CONTRACT PRICE 5 . 01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents , an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5 . 01 . A and summarized in paragraph 5 . 01 . 6 , below: A . For all Work , at the prices stated in CONTRACTOR ' s Bid , attached hereto as an exhibit . B . THE CONTRACT SUM subject to additions and deductions provided in the Contract : : Numerical Amount : $ Written Amount: ARTICLE 6 - PAYMENT PROCEDURES 6 . 01 Submittal and Processing of Payments A . CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions . Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents , 6 . 02 Progress Payments. A . The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act , Florida Statutes section 218 . 70 et . seq . The OWNER shall retain ten percent ( 10 % ) of the payment amounts due to the CONTRACTOR until fifty percent (50 % ) completion of the work . After fifty percent ( 50% ) completion of the work is attained as certified to OWNER by ENGINEER in writing , OWNER shall retain five percent ( 5 %) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents . Pursuant to Florida Statutes section 218 . 735 ( 8) ( b) , fifty percent ( 50 % ) completion means the point at which the County as OWNER has expended fifty percent (50 % ) of the total cost of the construction services work purchased under the Contract Documents , together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents . 6 . 03 Pay Requests. A . Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR' S certification . All progress payments will be on the basis of progress of the work measured by the schedule of values established , or in the case of unit price work based on the number of units completed . After fifty 00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum 00520 - 4 \\Fileserver2\Public\Purchasing\Bids\2013-2014 FY (2014000)\2014003 VBSV Dorm Renovations\00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum.doc percent ( 50 % ) completion , and pursuant to Florida Statutes section 218 . 735 ( 8) (d ) , the CONTRACTOR may submit a pay request to the County as OWNER for up to one half ( 1 /2 ) of the retainage held by the County as OWNER , and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute ; the subject of a claim pursuant to Florida Statutes section 255 . 05 (2005) ; or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR . The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services , or materials supplied by one or more subcontractors or suppliers , the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers . Pursuant to Florida Statutes section 218 . 735 (8) (c) (2005) , CONTRACTOR further acknowledges and agrees that : 1 ) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5 % ) after fifty percent (50 % ) completion ; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request . 6 . 04 Paragraphs 6 . 02 and 6 . 03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part , with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act . In such event , payment and retainage provisions shall be governed by the applicable grant requirements and guidelines . 6 . 05 Acceptance of Final Payment as Release . A . The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work . Any payment , however , final or otherwise , shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond . ARTICLE 7 - INDEMNIFICATION 7 . 01 CONTRACTOR shall indemnify OWNER , ENGINEER , and others in accordance with paragraph 6 . 20 ( Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR ' S REPRESENTATIONS 8 . 01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations : A . CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents . B . CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general , local , and Site conditions that may affect cost , progress , and performance of the Work . 00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum 00520 - 5 \\Fileserve2\Public\Purchasing\Bids\2013-2014 FY (2014000)\2014003 VBSV Dorm Renovations\00520 - Agreement ( Public Works) REVISED 09-27-2013 per Addendum.doc C . CONTRACTOR is familiar with and is satisfied as to all federal , state , and local Laws and Regulations that may affect cost, progress , and performance of the Work. D . CONTRACTOR has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition , if any , at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions , E . CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations , investigations , explorations , tests , studies , and data concerning conditions (surface , subsurface , and Underground Facilities) at or contiguous to the Site which may affect cost , progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by CONTRACTOR , including applying the specific means , methods , techniques , sequences , and procedures of construction , if any , expressly required by the Contract Documents to be employed by CONTRACTOR , and safety precautions and programs incident thereto F . CONTRACTOR does not consider that any further examinations , investigations , explorations , tests , studies , or data are necessary for the performance of the Work at the Contract Price , within the Contract Times , and in accordance with the other terms and conditions of the Contract Documents . G . CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents . H . CONTRACTOR has correlated the information known to CONTRACTOR , information and observations obtained from visits to the Site , reports and drawings identified in the Contract Documents , and all additional examinations , investigations , explorations , tests , studies , and data with the Contract Documents , I . CONTRACTOR has given ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that CONTRACTOR has discovered in the Contract Documents , and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR . J . The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 = CONTRACT DOCUMENTS 9 . 01 Contents A . The Contract Documents consist of the following : 1 . This Agreement ( pages 00520- 1 through 00520-9 , inclusive) ; 2 . Notice to Proceed (page 00550- 1 ) 3 , Public Construction Bond ( pages 00610- 1 to 00610-3 , inclusive) ; 4 . Sample Certificate of Liability Insurance ( page 00620- 1 ) 00520 - Agreement ( Public Works) REVISED 09-27-2013 per Addendum 00520 - 6 \\Fileserve2\Public\Purchasing\Bids\2013-2014 FY (2014000)\2014003 VBSV Dorm Renovations\00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum. doc 5 . Contractor' s Application for Payment ( pages 00622A to 00622-6 inclusive) ; 6 . General Conditions ( pages 00700A to 0070044 , inclusive) ; 7 . Supplementary Conditions ( pages 00800- 1 to 00800- 10 , inclusive) ; 8 . Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions . 9 . Drawings consisting of a cover sheet and sheets numbered 1 through 10 , inclusive , with each sheet bearing the following general title : Vero Beach Sports Village Room Renovations ; 10 . Addenda ( numbers to inclusive) ; 11 . Appendices to this Agreement (enumerated as follows) : 12 . CONTRACTOR' S BID ( pages 310A to 310-8 , inclusive) 13 . Bid Bond (page 00430 inclusive) , Qualifications Questionnaire (page 00456- 1 to 00456- 4 , inclusive) , List of Subcontractors ( page 00458- 1 inclusive) . 14 . Sworn Statement Under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships (pages 1 to 2 , inclusive) 15 . The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto : a) Written Amendments ; b) Work Change Directives ; c) Change Order(s) . 16 . Contractor' s Final Certificate of the Work (page 00632 — 1 & 2 of the Specifications) ARTICLE 10 - MISCELLANEOUS 10 . 01 Terms A . Terms used in this Agreement will have the meanings indicated in the General Conditions . 10 . 02 Assignment of Contract A . No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound ; and , specifically but without limitation , moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) , and unless specifically stated to the contrary in any written consent to an assignment , no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents . 00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum 00520 - 7 \\Fileserve2\Public\Purchasing\Bids\2013-2014 FY (2014000)\2014003 VBSV Dorm Renovations\00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum. doc 10 . 03 Successors and Assigns A . OWNER and CONTRACTOR each binds itself, its partners , successors , assigns , and legal representatives to the other party hereto , its partners , successors , assigns , and legal representatives in respect to all covenants , agreements , and obligations contained in the Contract Documents , 10 . 04 Severability A . Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken , and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR , who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision . 10 . 05 Venue A . This Contract shall be governed by the laws of the State of Florida . Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County , Florida , or, in the event of a federal jurisdiction , in the United States District Court for the Southern District of Florida . [The remainder of this page was left blank intentionally] 00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum 00520 - 8 \\Fileserver2\Public\Purchasing\Bids\2013-2014 FY (2014000)\2014003 VBSV Dorm Renovations\00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum.doc IN WITNESS WHEREOF , OWNER and CONTRACTOR have signed this Agreement in duplicate . One counterpart each has been delivered to OWNER and CONTRACTOR . All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on October 22 , 2a (the date the Contract is approved by the Indian River County Board of Cpu ls ""GQrnmissioners , which is the Effective Date of the Agreement) . „• �;, . ,v . . . D,y 'ij FIRO f CONTRACTOR : OWNER : �_� • r INDIAN RIVER COUNTY � = OAC Action Con truction Cor "" �4�� per;' By . Y4p,ln0O ,00, ( Cont r) e E . Flescher , Chairman By P T AL) Josep A . Baird , County Administrator Attest C Approved : October 22 , 2013 APPROVED AS TO RM LEGAL SU F CY : py : Dylan Reingold , County Attorney Address for giving notices : 12540 SW 130 Street Suites 2 - 3 Jeffrey R . Smith , Clerk of Court and Comptroller Miami . FL 33186 License No . CGC 0 615 61 Attest : - (Where applicable) Deputy Clerk (SEAL) Agent for service of process : Designated Representative : Name : Christopher J . Kafer , Jr. , P . E . Designated Representative : Title : County Engineer Name : Osvaldo " Ozzie " Cruz 1801 27th Street Title : President Vero Beach , Florida 32960 Address : (772) 226- 1221 12540 SW 130 Street , Suites 2 - 3 Facsimile : (772) 778-9391 Miami , FL 33186 Phone : 305 - 256 - 6655 Facsimile : 305 - 255 - 1004 ( If CONTRACTOR is a corporation or a partnership , attach evidence of authority to sign . ) * * END OF SECTION * * 00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum 00520 - 9 \\Fileserver2\Public\Purchasing\Bids\2013-2014 FY (2014000)\2014003 VBSV Dorm Renovations\00520 - Agreement (Public Works) REVISED 09-27-2013 per Addendum.doc SECTION 00550 - Notice to Proceed Dated TO : (BIDDER) ADDRESS : Contract For : Historic Dodgertown Room Renovations ( Insert name of Contract as it appears in the Contract Documents) IRC Project No : 1341 IRC Bid No . 2014003 Group No . Room Nos . You are notified that the Contract Times under the above contract will commence to run on By that date , you are to start performing your obligations under the Contract Documents . The contract has allocated 16 days for Substantial Completion of this group and 19 days for Final Completion . In accordance with Article 4 of the Agreement the date of Substantial Completion is and the date of readiness for final payment is CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER , nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved . All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting , removing or replacing defective Work in accordance with Article 13 . Also , before you may start any Work at the Site , you must : (add other requirements , if applicable) INDIAN RIVER COUNTY (OWNER) By : (AUTHORIZED SIGNATURE) (TITLE) 00550 - Notice to Proceed REV 1 -4- 11 . doc 00550 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\00550 - Notice to Proceed REV 1 -4-1 t . doc Rev. 05/01 3120139%9432 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 2714 PG: 1261 , 10/29/2013 9 : 46 AM Public Work F.S. Chapter 255.05 (1) (a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME _ LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. 60097533 BOND NO: _ CONTRACTORNAMEN OAC Action Construction Corp . CONTRACTOR ADDRESS: 12540 S .W. 130th Street, Suite 3, Miami FL 33186 CONTRACTOR PHONE NO: 305-256-6655 SURETY COMPANY NAME Capitol Indemnity Corporation SURETY PRINCIPAL P . O . Box 5900, Madison , WI 53705 - 0900 BUSINESS ADDRESS: SURM PHONE NO: (608) 8294200 OWNER NAME: Indian River County Board of County Commissioners OWNER ADDRESS: 1800 27th Street, Vero Beach , FL 32960 OWNER PHONE NO: 772-226- 1416 OBLIGEE NAME: of contracting entity is different frog — the tamer, the cantracting public entity) OBLIGEE ADDRESS: 4 OBLIGEE PHONE NO: BOND AMOUNT: $ 567 , 365. 71 CONTRACT NO: Bid No. 2014003 , County Project Number 1341 of applicable) DESCRIPTION OF WORK Historic Dodgertown Room Renovations PROJECT LOCATION: 3901 26th Street, Vero Beach , FL 32960 LEGAL DESCRIPTION: of applicable) FROM PAGE All other hood page(s) arc deemed subsequent to this page regardless of any Page numbers) that may be Printed the" 00610 - 2 -- 00610 - Pubic Consbi Can Bond.d=RF Public Wbe1cAENGINEERWG DMSION PROJECT51t341aatslorie Dodpartown (1ka VB SPoTh Wlape) Room RwwvidotupAdmintbid doa0r#n la4soter Cw&ld DocsWtasbr Contrail Doeunbnts osis - Pubfb ConsWdlen Bond.doc - .. AT �1vE rV v ; ;; i IFICATION 0 "1 LAST PAGE ; . R . S '4111TH , CLERK BK: 2714 PG: 1,262 i i PUBLIC CONSTRUCTION BOND — Bond No . 60097533 (enter bond number) _ BY THIS BOND , We OAC Action Construction Corp . as Principal and Capitol Indemnity Corporation , a corporation , as Surety, are bound to herein called Owner, in the sum of $ 567 , 365 . 71 , for payment of which we bind ourselves , our heirs , personal representatives , successors , and assigns, jointly and severally. " Indian River County Board THE CONDITION OF THIS BOND is that if Principal : of County Commissioners _ 1 . Performs the contract dated0*yw & , 2. al3 , between Principal and Owner for construction of Historic Dodgertown Room Renovations, Bid Number 2014003 , the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2 . Promptly makes payments to all claimants , as defined in Section 255. 05 ( 1 ) , Florida Statutes , supplying Principal with labor, materials , or supplies , used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3 . Pays Owner all losses , damages , expenses , costs , and attorney's fees , including appellate proceedings , that Owner sustains because of a default by Principal under the contract; and 4 . Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void ; otherwise it remains in full force . _ Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255 . 05 (2) , Florida Statutes . Any changes in or under the contract documents and compliance or noncomplian;�M with any formalities connected with the contract or the changes does not affect Spr ,ty =Y Y , obligation under this bond . tot DATED ON y , P.o s O(>�vber Z t, t at7 OAC Action Cstruction Cola'p ; a I m rinc' F By 3 tot- LA"gorrickvIn a { Capit I Indem Corp o ` By ; y t (Name of SuretV)i .: w' Warren M . Alter, Attomi*, in`ofiact a '• ' t o` 0061D - 3 ` 00610 - Pubk Construction Bend.doeFllPublie Wonrc1E14GINEERING DMSION PR0JECTM1341-W3t«k Dodpw*i Ift VB Sports V&%M) Room RewveWs)14dminAtk - downantmMsshr Contr d DoaMUxW Corn x Doc immmAD 70 - Puboc CorstrudPon Sond.doc AI 'Y L F 0iFtGATIN' ON LAST PAGE Jost � ''�'; iFH , CLERK BK: 2 7,14 PG : 1263 w. CAPITOL INDEMNITY CORPORATION 6 GO 9 7 5 �. 3 � 1 POWER OFATTORNEY - ' IF KNOW ALL MEN BY THESE PRESENTS , That the CAPITOL INDEMNITY CORPORATION , a corporation of the State of Wisconsin , having its _ .. principal offices in the City of Middleton , Wisconsin , does make , constitute and appoint I IF WARREN ALTER; DAVIDSATs r� F IF its true and lawful Attorne (s)-IF IF a in- fact , to make , execute , seal and deliver for and ori behalf, as sure( y 1 y y, and as its act and deed, any and all. borids , undertakings and contracts of suretyship , provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of E i i • -- --- ----- ALL WRITTEN INSTRUMENTS IN AN AMOUNT. NOT TO EXCEED: $20,000,000 00 - — — •' '"� t IF .. , f This Power of'Attorrtey' is, granted and is signed and sealed by facsimile under and by the authority of the fol lowing Resolunon adgpted by the Board GEt of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 15th day of May, 2002 . j "RESOLVED , that the President , Executive Vice President , Vice President , Secrctary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings . � . and other writings obligatory in the nature thereof, one or more resident vice- presidents., assistant secretaries and attornev(s) to fact each appointee to r have the powers and duties ushaf:to such offices to the business of this company the signature of such officers and seal of the Company maybe affixed IF to any such power of attorney gr' to any certificate relating thereto. by facsimile , and any such power of attorney or certificate bearing such facsimile iM signaturts or facsimrle'seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and i facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the IF nature thereof to which it is attached . Any such appointment may be revoked , for cause , or without cause , by any of said officers , at any time .• I: IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal. to 'be -hereto affixed duly attested . this 2nd dayof May, 2011, — ., , �+ Attest nteiwu ' CAPITOL INDEMNITY CORPORATION . t ueuuy g /�/fir`. +✓(/__$ eOPPORATE Richard W. Allen III David F P I President SEAL c ave au y IF - a ;. . CEO & President Surety & Fideftty Operations \ i IF _ J p{„ { STATE OF WISCONSIN S.S .: mnnn �r I COUNTY OF DANE On the 2nd day of May , 2011 before me personally came David F. Pauly, to me known , who being by me duly sworn , did depose and say: that he resides in the County of Dane , State of Wisconsin ; that he is President of CAPITOL INDEMNITY CORPORATION , the corporation described herein and f which executed the above instrument; that he knows the seal of the said corporation , that the seal affixed to said instrument is such corporate seal that it was so affixed by order of the Board of Directors of said corporation and that he sjgrfed his name thereto by like order i 1. sIF I IF . . .IF IF 7 ) DANIEL /`J,A t - 3 w KRUEGER Darnel W. Krueger STATE OF WISCONSIN S .S : Notary Public Dane Co . , WI IF lIF COfINTY OF QANE } CERTIFICATE My CommtSSioti Is Permanent I , the undersigned , -duly. elected to the office stated below an ow the ' ,ineumbent„ in CAPITOL INDEMNITY CORPORATION , . a% Wisconsin Corporation, authorized to make this certificate . DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked ; and furthermore , that the Resolution of the Board of Directors , set forth in the Power of Attorney is now in force . SignedpgQsltYl � City of Middleton , State of Wisconsin this Z � day of GL� �r 2 0 t 3 I fF " t3 RlYER .COUtITY Ti° )fISTOCE!T1fYTHAT1111S ATM AND CCR7CC . s ' °° Cf Y CtF . THE DRHilNAlON F E N THIS DFFICf. i ; : as ('y a!N;,t MAY HUE REDACYED FUAIATIDN AS S SEAL ; � ('' �i �RlDA STATUE 11 Alan S . Ogilvie +it � ( RI: Secretary f ttFS THIS CF] E Q! DED BACKGROUND WITH A RED SERIALNa IFUMBER IN THE UPPER RIGHT IdER IF fct� l TIONNC NTNG THE AUTHENTIC OF TH [S DOCUMENTCALL 800=475 4tt50. 4 ::i £ Fa •AT G Ctc-tjoAfs-tp F F E Detail by Entity Name http : //search. sunbiz. org/ Inquiry/CorporationSearch/SearchResu]tDetail . - . FLORIDA DEPARTMENT OF 1 ; n i , , n , ,r , t . -= - Home Contact Us E-Filing Services Document Searches Forms Help Detail by Entity Name Florida Profit Corporation OAC ACTION CONSTRUCTION CORP. Filing Information Document Number P97000029355 FEI / EIN Number 650742185 Date Filed 04/01 / 1997 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 01 /30/ 1998 Event Effective Date NONE Principal Address 12540 SW 130TH STREET SUITE 2-3 MIAMI , FL 33186 Changed : 01 / 12/2007 Mailing Address 12540 SW 130TH STREET SUITE 2-3 MIAMI , FL 33186 Changed : 01 /05/2010 Registered Agent Name & Address CRUZ , SR , ORLANDO 12540 SW 130TH STREET, STE . 2- 3 MIAMI , FL 33186 Name Changed : 03/ 10/2009 Address Changed : 01 /05/2010 Officer/ Director Detail Name & Address Coovrioht © and Privacy Policies State of Florida, Department of State of 3 10/25/2013 11 : 52 AM Detail by Entity Name http : //search . sunbiz. org/Inquiry/CorporationS6arcIVSearchResultDetail . . . CRUZ , SR , ORLANDO SR . 21 NW 128 AVE MIAMI , FL 33182 Title P CRUZ , OSVALDO 10961 SW 44 STREET MIAMI , FL 33165 Annual Reports Report Year Filed Date 2011 01 /06/2011 2012 01 /06/2012 2013 01 /25/2013 Document Images 01 /25/2013 -- ANNUAL REPORT View image in PDF format 01 /06/2012 -- ANNUAL REPORT View image in PDF format 01 /06/2011 -- ANNUAL REPORT View image in PDF format 01 /05/2010 -- ANNUAL REPORT View image in PDF format 03/ 10/2009 -- ANNUAL REPORT View image in PDF format 01 /30/2008 -- ANNUAL REPORT View image in PDF format 10/31 /2007 -- Off/ Dir Resignation View image in PDF format 01 / 12/2007 -- ANNUAL REPORT View image in PDF format 03/02/2006 -- ANNUAL REPORT View image in PDF format 06/20/2005 -- Req . Agent Change View image in PDF format 01 /20/2005 -- ANNUAL REPORT View image in PDF format 01 /06/2004 -- ANNUAL REPORT View image in PDF format 01 /31 /2003 -- ANNUAL REPORT View image in PDF format 02/ 11 /2002 -- ANNUAL REPORT View image in PDF format 02/ 15/2001 -- ANNUAL REPORT View image in PDF format 01 /20/2000 -- ANNUAL REPORT View image in PDF format 03/26/ 1999 -- ANNUAL REPORT View image in PDF format 05/26/ 1998 -- ANNUAL REPORT View image in PDF format 01 /30/ 1998 -- Amendment View image in PDF format 04/01 / 1997 -- Domestic Profit Articles View image in PDF format of 3 10/25/2013 11 : 52 AM 40 A O RO CERTIFICATE OF LIABILITY INSURANCE DATE10/24/13YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed . If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) . PRODUCER NAMTACT Orestes Llorente Entrust Insurance PHONNo E . (305) 265-0112 ac No): (305) 265-0101 1431 Ponce De Leon Blvd E-MAIL info@agencyentrust.com Coral Gables, FL 33134 INSURERS AFFORDING COVERAGE NAIC # Phone (305) 265-0112 Fax (305) 265-0101 INSURER A : International Insurance Company of Hannover INSURED INSURER B : Evanston Insurance Company OAC Action Construction Corporation INSURER C : 12540 SW 130 Street #2-3 INSURER D : INSURER E : Miami , FL 33186 INSURER F : COVERAGES CERTIFICATE NUMBER : REVISION NUMBER : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS , EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADD UBR POLICY POLICY NUMBER MM DD/YEFF POLICY EXP YYY MM/DD/YYYY LIMITS LTR GENERAL LIABILITY EACH OCCURRENCE $ 17000, 000. 00 COMMERCIAL GENERAL LIABILITY DAMAGE ( RENTED PREMISESSEa occurrence) $ 50, 000.00 F—] f ] 06/04/2013 06/04/2014 CLAIMS-MADE OCCUR IG011000990-01 MED EXP (Any one person $ 5, 000. 00 A F1 PERSONAL PERSONAL & ADV NJURY $ 11000, 000.00 ❑ GENERAL AGGREGATE $ 21000, 000. 00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 , 000, 000. 00 ❑ POLICY © PRO ❑ LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident ❑ ANY AUTO BODILY INJURY (Per person) $ ❑ ALL OWNED ❑ AUTOS ULED BODILY INJURY (Per accident $ AUTOS ❑ HIRED AUTOS ElAUUTOSWNED (Per ac icRdenDAMAGE $ ❑ ❑ 1 $ ❑ UMBRELLA LIAB ❑ OCCUR XOVA691713 EACH OCCURRENCE $ 41000 , 000. 00 B ❑ EXCESS LIAB ❑ CLAIMS-MADE 04/25/2013 06/04/2014 AGGREGATE $ 4 , 000 , 000. 00 ❑ DED ❑ RETENTION $ $ WORKERS COMPENSATION ElWC STATU-LIMITS ❑ 0TH- ER AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE E . L. EACH ACCDENT $ OFFICERIMEMBER EXCLUDED? ❑ N / A (Mandatory in NH ) E . L. DISEASE - EA EMPLOYE $ If yes, describe under DESCRIPTION OF OPERATIONS below E. L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101 , Additional Remarks Schedule, if more space is required) Additional Insured : Indian River County - 30 days Notice of Cancellation Required . General Contractor CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Indian River County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Historic DodgetoWn Room Renovations 3901 26th Street AUTHORIZED REPRESENTATIVE Vero Beach , Florida 32960 © 1988-2010 ACORD CORPORATION. All rights reserved . ACORD 25 (2010/05) QF The ACORD name and logo are registered marks of ACORD OiM D /Y ATE (MM/DDYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE 10/24/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S ), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy (ies) must be endorsed . If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy , certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) . PRODUCER CONTACT NAME: Bouchard Insurance for WBS PHONE0. FA (866) 293-3600 ext. 623 INC, No P. O . Box 6090 E-MAIL Clearwater, FL 33758-6090 ADDRESS: INSURERS AFFORDING COVERAGE NAIC # INSURER A : American Zurich Insurance Company 40142 INSURED INSURER B : Workforce Business Services, Inc Alt. Emp : OAC Action Construction Corp INSURER c : 1401 Manatee Ave . West Ste 600 Bradenton , FL 34205-6708 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER : 12FLO79807625 REVISION NUMBER : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS , EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS . INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY MM/DD/YYYY GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE ( RENTED PREMISESS Ea occurrence) $ CLAIMS-MADE F�] OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY F PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident ANY AUTO BODILY INJURY ( Per person) $ ALL OWNED SCHEDULED BODILY INJURY ( Per accident) $ AUTOS AS NON-OWNED PROPERTY accident)DAMAGE $ HIRED AUTOS AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION X I WC STATU- OTH- AND EMPLOYERS' LIABILITY LIM TS ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N E. L. EACH ACCIDENT $ 1 , 0009000 A OFFICER/MEMBER EXCLUDED? NIA WC 90-OO-818-02 12/31 /2012 12/31 /2013 (Mandatory in NH ) E. L. DISEASE - EA EMPLOYE $ 1 , 000 , 000 If yes, describe under DESCRIPTION OF OPERATIONS below E. L. DISEASE - POLICY LIMIT $ 19000 , 000 Location Coverage Period : 12/31 /2012 12/31 /2013 Client# 052564 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101 , Additional Remarks Schedule, if more space Is required) OAC Action Construction Corp Coverage is provided for 12540 SW 130th St Suite 2-3 only those employees Miami , FL 33186 leased to but not subcontractors of: Endorsements : 30 days written Cancel notice ( 10 days for non payment of premium) CERTIFICATE HOLDER CANCELLATION Indian River County Historic Dodgetown Room Renovations SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 3901 26th Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Vero Beach , FL 32960 ACCORDANCE WITH THE POLICY PROVISIONS. i AUTHORIZED REPRESENTATIVE - - © 1988-2010 ACORD CORPORATION . All rights reserved . � 7 ® DATE (MMIDDIYYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE 10/25/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy , certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER THOMAS LEDWIDGE NAME: LOURDES MENDOZA PHONE 15225 NW 77TH AVE SUITE 205 _u+�c,No E� 305-822-2424 FivC No W& E-MAIL MIAMI LAKES , FL 33014 ADDREss: LOURDES(D_LEDWIDGEAGENCY. COM INSURER(S) AFFORDING COVERAGE NAIC # s INSURER A : State Farm Mutual Automobile Insurance Company 25178 INSURED OAC ACTION CONSTRUCTION CORP INSURER B : I 12540 SW 130TH ST STE 2 INSURER C : _ MIAMI FL 33186$266 INSURERD : INSURER E : _ INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. — INSR ADDL SUBR POLICY EFF POUCY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY MMIDDIYYYY I GENERAL LIABILITY El El -]DA OCCURRENCE $ lSA WGSTOITE 7EI COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ _ CLAIMS-MADE El OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ �� POLICY PRI- 1 LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 11000,000 A � F 948 1859-C29-59A 09129/2013 03129112014 (Ea accident) $ BODILY INJURY (Per person) $ ANY AUTO - ALL OWNED X TY SCHEDULED BODILY INJURY (Per accident) $ PROPERDAMAGE X MREDSAt1TOS X AUTOSNOWOWNED (Per accident) — $ - X ENOL $ UMBRELLA LIABOCCUR ❑ ❑ EACH OCCURRENCE $ EXCESS UAB CLAIMS-MADE AGGREGATE $ $ DED RETENTION $ WC STATU- OTH- WORKERS COMPENSATION TO Y LIMITSER AND EMPLOYERS' LIABILITY - ANY PROPRIETOR/PARTNERIEXECUTIVE Y / N EL- EACH ACCIDENT $ OFFICEMIEMBER EXCLUDED? ❑ N 1 A E. L. DISEASE - EA EMPLOYE $ (Mandatory In NH) '— If yes, describe under E. L. DISEASE - POLICY LIMIT $ El E DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, AddlUonal Remarks Schedule, If more space is required) ADDITIONAL INSURED: INDIAN RIVER COUNTY CERTIFICATE HOLDER CANCELLATION INDIAN RIVER COUNTY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN HISTORIC DODGETOWN ROOM RENOVATIONS ACCORDANCE WITH THE POLICY PROVISIONS. 3901 26TH STREET AUTHORIZED REPRESENJp4TIVE VERO BEACH , FL 32960 � L © 1988-2010 ACO D C ORATION . All rights reserve ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD 1001486 132849.6 11 - t5-1010' DfYY A� CERTIFICATE OF LIABILITY INSURANCE DAT10125/ 13rn THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW- THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies ) must be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy , certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER THOMAS LEDWIDGE CONTACT NAME: LOURDES MENDOZA 15225 NW 77TH AVE SUITE 205 a/co"N X0_305 822-2424 _ Ai c. No): 305 822-2558 E-MAIL MIAMI LAKES , FL 33014 ADDRESS: _LOURDES(cD.LEDWIDGEAGENCY. COM DINSURERIS) AFFORDING COVERAGE NAIL # INSURER A : State Farm Mutual Automobile Insurance Company 25178 INSURED OAC ACTION CONSTRUCTION CORP INSURER B : 12540 SW 130TH ST STE 2 INSURER C : MIAMI FL 33186-6266 INSURER D : INSURER E ; INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR 1 ADDL SUER i POLICY EFF7 POLICY EXP LIMITS LTR 1 TYPE OF INSURANCE POLICY NUMBER I MMIDD/YYYY MMIDD/YYYY i - GENERAL LIABILITYEl - - -EACH OCCURRENCE $ AGE T -RENTED $ COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence) — CLAIMS-MADE F1 OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY PRO JELOC $ CT A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT -- 44T 7958-F05-59D 06(0512013 12/05/2014 Ea accident $ ANY AUTO 689 4492-D03 -59A 10103/2013 04/0312014 BODILY INJURY (Per person) $ 1 , 000,000 ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ 1 , 0001000 AUTOS AUTOS 927 4908-C15-59B 09/15/2013 03/15/2014 PROPERTY DAMAGE x S }( NON-OWNED $ 1 .000,000 HIRED AUTO AUTOS 9454338-022-59A 09122/2013 03/22/2014 Peraccident $ UMBRELLA LIAR OCCUR ❑ ❑ EACH OCCURRENCE $ _ EXCESS UAB CLAIMS MADE AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATOR LIMIT TY LIMITS OTH- S AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EX Y / N [.EL.EACH ACCIDENT ; $ OFFICEIMEMBER EXCLUDED? N f A ❑i (Mandatory in NH) I E. L. DISEASE - EA EMPLOYE $ If yes, describe under ! E. L. DISEASE - POLICY LIMIT $ OF�(%RIPTIQN OF OPERATIONS hPinw ❑ ❑ DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101 , Additional Remarks Schedule, If more space is required) 08 CHEVROLET C1500 VIN: 2GCEC13J281158461 08 LINCOLN NAVIGATOR SPORT WG VIN : 5LMFU27528LJO5525 13 CADILLAC SRX SPORT WG VIN : 3GYFNDE39DS597275 11 FORD F250 SD PICKUP VIN: 1 FT7W2BT1 BEB52505 CERTIFICATE HOLDER CANCELLATION INDIAN RIVER COUNTY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN HISTORIC DODGETOWN ROOM RENOVATIONS ACCORDANCE WITH THE POLICY PROVISIONS, 3901 26TH STREET AUTHORIZED REPRESENTATIVE �• (� VERO BEACH , FL 32960 t1! © 1988-2010 A RD PORATIOW All rights r erved . ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD 1001486 132849.6 1 2010 SECTION 00622 = Contractor' s Application for Payment HISTORIC DODGERTOWN ROOM RENOVATIONS Application for Payment No . For Work Accomplished through the period of through To : Indian River County ( OWNER ) From : (CONTRACTOR) Bid No . : 2014003 Project No . : 1341 1 ) Attach detailed schedule and copies of all paid invoices . 1 . Original Contract Price : $ 2 . Net change by Change Orders and Written Amendments ( + or -) : $ 3 . Current Contract Price ( 1 plus 2) : $ 4 . Total completed and stored to date : $ 5 . Retainage ( per Agreement) : of completed Work : of retainage : $ Total Retainage : $ 6 . Total completed and stored to date less retainage (4 minus 5) : $ 7 . Less previous Application for Payments : $ 8 . DUE THIS APPLICATION ( 6 MINUS 7 ) : $ CONTRACTOR'S CERTIFICATION : UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that ( 1 ) the labor and materials listed on this request for payment have been used in the construction of this Work ; (2) payment received from the last pay request has been used to make payments to all subcontractors , laborers , materialmen and suppliers except as listed on Attachment A , below; (3) title of all Work , materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens , security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien , security interest or encumbrance) ; (4 ) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective ; and (5) If this Periodic Estimate is for a Final Payment to project or improvement , I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full , and that all taxes imposed by Chapter 212 Florida Statutes , ( Sales and Use Tax Act , as Amended ) have been paid and discharged , and that I have no claims against the OWNER . Attached to or submitted with this form are : 1 . Signed release of lien forms ( partial or final as applicable ) from all subcontractors , laborers , materialmen and suppliers except as listed on Attachment A , together with an explanation as to why any release of lien form is not included ; Page 2 of 5 00622 - Contractor' s Application for Payment - 03- 10 rev . doc 00622 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\00622 - Contractor's Application for Payment - 03- 10 rev. doc Rev 05/01 2 . Updated Construction Schedule per Specification Section 01310 , and Dated By : ( CONTRACTOR — must be signed by an Officer of the Corporation ) Print Name and Title STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public, duly commissioned , qualified , and acting , personally appeared who being by me first duly sworn upon oath , says that he/she is the of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it , and that he/she executed the above Contractor' s Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR ; and that all of the statements contained herein are true , correct , and complete . Subscribed and sworn to before me this day of , 20 is personally known to me or has produced as identification . NOTARY PUBLIC : (SEAL ) Printed name : Commission No . : Commission Expiration : [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03- 10 rev. doc 00622 - 2 F : \Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)V\dmin\bid documents\Master Contract Docs\Master Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev. doc Rev. 05/01 Page 3 of 5 SURETY' S CONSENT OF PAYMENT TO CONTRACTOR : The Surety , , a corporation , in accordance with Public Construction Bond Number , hereby consents to payment by the OWNER to the CONTRACTOR , for the amounts specified in this CONTRACTOR ' s APPLICATION FOR PAYMENT . TO BE EXECUTED BY CORPORATE SURETY : Attest : Secretary Corporate Surety Business Address BY : Print Name : Title : (Affix Corporate SEAL) STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public , duly commissioned , qualified , and acting , personally appeared to me well known or who produced as identification , who being by me first duly sworn upon oath , says that he/she is the for and that he/she has been authorized by it to approve payment by the OWNER to the CONTRACTOR of the foregoing Contractor' s Application for Payment . Subscribed and sworn to before me this day of 20 Notary Public , State of My Commission Expires : [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03- 10 rev . doc 00622 - 3 F :\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VI3 Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev. doc Rev. 05101 Page 4 of 5 CERTIFICATION OF ENGINEER : I certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment ; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and /or material supplied by the Contractor . I am not certifying as to whether or not the Contractor has paid all subcontractors , laborers , materialmen and suppliers because I am not in a position to accurately determine that issue . Dated SIGNATURE CERTIFICATION OF INSPECTOR . I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project . To the best of my knowledge , this statement of work performed and /or materials supplied appears to be reasonably accurate , that the Contractor appears to be observing the requirements of the Contract with respect to construction , and that the Contractor should be paid the amount requested above , unless otherwise noted by me . I am not certifying as to whether or not the Contractor has paid all subcontractors , laborers , materialmen and suppliers because I am not in a position to accurately determine that issue . Dated SIGNATURE **************************************************************************************************** [The Remainder of This Page Was Left Blank Intentionally] 00622 - Contractor's Application for Payment - 03- 10 rev . doc 00622 - 4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Masler Contract Documents\00622 - Contractor's Application for Payment - 03- 10 rev. doc Rev 05/01 Page 5 of 5 ATTACHMENT A 1 . List of all subcontractors , laborers , materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid ( attach additional pages as necessary) : 2 . List of all subcontractors , laborers , materialmen and suppliers for which a signed release of lien form ( partial or final as applicable ) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included ( attach additional pages as necessary) : 00622 Contractor' s Application for Payment - 03- 10 rev . doc 00622 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village ) Room Renovations)Mmm\bid documents\Master Contract Docs\Master Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 WORK COMPLETED PREVIOUSSCHEDULED VALUE APPLICATION THIS PERIOD TOTAL COMPLETED FINISH BALANCE • EN m T � fr � - 6` ..� ,. . . a :Nre, ,tkeWe :,,,k, , 9'b.•'rautr , ` z ,a'4a �.a',, .3. c,v, ,, _ . .q . . , - • � 1 11 1 11 t 11 1 11 ■ 1 11 1 11 „ �.. owt im� �W%ZZZ 3:, . . ,,, � - •:;� ,r�; � .,.;� . . Yee GRAND TOTAL 1 1 1 1 • 1 I I ' I II II SECTION 00630 - Certificate of Substantial Completion Date of Issuance : 20 OWNER : Indian River County CONTRACTOR : Project Description : Historic Dodgertown Room Renovations OWNER ' s Bid No . 2014003 Owner' s Project No . 1341 Group No . Room Nos . This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To : CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER , CONTRACTOR and ENGINEER , and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto . This list may not be all - inclusive , and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents . The 00630 - Certificate of Substantial Completion REV 04-07 . doc 00630 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\00630 - Certificate of Substantial Completion REV 04-07. doc items in the tentative list shall be completed or corrected by CONTRACTOR within 3 days of the above date of Substantial Completion . The responsibilities between OWNER and CONTRACTOR for security , operation , safety , maintenance , heat , utilities , insurance and warranties and guarantees shall be as follows : OWNER : CONTRACTOR : The following documents are attached to and made a part of this Certificate : [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR' s obligation to complete the Work in accordance with the Contract Documents . Executed by ENGINEER on : ( Date) . ENGINEER : By : (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on (date) . CONTRACTOR : By : (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date ) . OWNER : INDIAN RIVER COUNTY By : (Authorized Signature ) * * END OF SECTION 00630 - Certificate of Substantial Completion REV 04-07 . doc 00630 - 2 F . \Public Works\ENGINEER ING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00630 - Certificate of Substantial Completion REV 04-07 . doc SECTION 00632 - CONTRACTOR ' S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR ' S FINAL APPLICATION FOR PAYMENT) PROJECT NAME : HISTORIC DODGERTOWN ROOM RENOVATIONS IRC PROJECT NO : 1341 STATE OF COUNTY OF Personally before me the undersigned officer , authorized by the laws of said state to administer oaths , comes , who on oath says : That he is the CONTRACTOR with whom Indian River County , Florida , a political subdivision of said state , did on the day of , 20 , enter into a contract for the performance of certain work , more particularly described as follows : UNDER PENALTY OF PERJURY , affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT : Name Description /Amount who have not been paid and who are due the amount set forth . Affiant further says that : 1 . CONTRACTOR has reviewed the Contract Documents . 2 . CONTRACTOR has reviewed the Work for compliance with the Contract Documents . 3 . CONTRACTOR has completed the Work in accordance with the Contract Documents , 4 . All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below . 00632 - 1 F: \PublicWorks\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00632 - Contractor's Final Certification REV 04-07. doc 5 . The Work is complete and ready for final acceptance by the OWNER . 6 . CONTRACTOR hereby certifies that it has no claims against the OWNER . ( Corporate Seal ) ( Contractor) By : Subscribed and sworn to before me this _ day of 20 Notary Public State of Florida at Large My Commission expires : + + END OF SECTION + + 00632 -2 F : \Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Mmin\bid documents\Master Contract Docs\Master Contract Documents\00632 - Contractor' s Final Certification REV 04-07 . doc STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute Copyright © 1996 National Society of Professional Engineers 1420 King Street, Alexandria , VA 22314 American Consulting Engineers Council 1015 15th Street N . W. , Washington , DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 1 . 01 Defined Terms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 1 . 02 Terminology. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . . . . . ARTICLE 2 - PRELIMINARY MATTERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 2 . 01 Delivery of Bonds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 2 . 02 Copies of Documents . . . . . " . , , , , " , , , , , , Pagan Man * . . . . . . . . . 0 . . . . . 0400 * . . . . . . 0 0 , a V o M a a & a 8 2 . 03 Commencement of Contract Times; Notice to Proceed. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 2 . 04 Starting the Work. . . . 0 0 6 6 6 1 8 2 . 05 Before Starting Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 2 . 06 Preconstruction Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 2 . 07 Initial Acceptance of Schedules . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 3 - CONTRACT DOCUMENTS : INTENT, AMENDING , REUSE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 3 . 01 Intent . , . . . . . . 4 , 0 & . . . . . 9 0 a & * * 0 0 0 @ @ @ 0 6 0 0 0 0 M 0 o 0 . . . 0 0 0 9 0 . . . . . . Do * * . . . . . . * 04 . . . . . 10 3 . 02 Reference Standards . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 3 . 03 Reporting and Resolving Discrepancies " . . , , , . . " , , , , , , , , , , , , , , , , , , , . . . 4 9 0 0 0 . . . . . . . . . . . . . * 00 . . . . . 000 , 10 3 . 04 Amending and Supplementing Contract Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 3 . 05 Reuse of Documents. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 ARTICLE 4 - AVAILABILITY OF LANDS ; SUBSURFACE AND PHYSICAL CONDITIONS ; REFERENCE POINTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 4 . 01 Availability of Lands . . . . 9 0 9 0 1 1 1 1 4 . 02 Subsurface and Physical Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 4 . 03 Differing Subsurface or Physical Conditions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 4 . 04 Underground Facilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 4 . 05 Reference Points . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 4 . 06 Hazardous Environmental Condition at Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 ARTICLE 5 now BONDS AND INSURANCE , I a 0 6 * I I I I 1 0 0 1 6 0 0 M 9 0 4 * 6 0 0 0 M 9 a 0 0 6 1 5 5 . 01 Performance, Payment, and Other Bonds, 0 9 o 0 a a 6 . . . . . . . . . . . . . 9 V 1 5 5 . 02 Licensed Sureties and Insurers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 5 . 03 Certificates of Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 5 . 04 CONTRACTOR's Liability Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 5 . 05 OINNER 's Liability Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 5 . 06 Property Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 5 . 07 Waiver of Rights ' . . , . . . . . . . . . . . . . . . . . . . . . . . . 9 0 & . . . . . . 4 . 0 . . . . . . . . . . . . . . . . . . . . . . . . . got . . . . . . 40 , 17 5 . 08 Receipt and Application of Insurance Proceeds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 5 . 09 Acceptance of Bonds and Insurance; Option to Replace . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 5 . 10 Partial Utilization, Acknowledgment of Property Insurer. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 ARTICLE 6 - CONTRACTOR ' S RESPONSIBILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 01 Supervision and Superintendence . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 02 Labor, Working Hours . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 03 Services, Materials, and Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 04 Progress Schedule . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 05 Substitutes and "Or-Equals". . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 00700 - General Conditions REV 5- 10- 13 . doc 00700 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (III VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13 . doc 6 . 07 Patent Fees and Royalties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 6 . 08 Permits, . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 . 09 Laws and Regulations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 6 . 10 Taxes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 6 . 11 Use of Site and Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 6 . 13 Safety and Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 6 . 14 Safety Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 6 . 15 Hazard Communication Programs . . . . . . , , . . . . . . * . . . . . . 04 . . . a & 4 a a a 0 a a a * 0 a a * 6 1 a d * * a & & * a & . . I I I I . . I I I I I 1 6 1 1 a 023 6 . 16 Emergencies. . . " , . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 . 17 Shop Drawings and Samples . . . 1 1 1 0 a a 0 0 * 0 a * a a 0 1 1 1 1 & I I I I . I I I I 1 0 . a a a a 0 0 a a a 0 a I I I I I I I I I 1 9 1 1 1 1 a 024 6 . 18 Continuing the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 6 . 19 CONTRACTOR's General Warranty and Guarantee . . . " , , . 1111 . 144 * @V6 a * abbe Pa ' . 1 11114011126 6 . 20 Indemnification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 ARTICLE7 - OTHER WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 7 . 01 Related Work at Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 7 . 02 Coordination . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 ARTICLE8 - OWNER' S RESPONSIBILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 8. 01 Communications to Contractor , . . . . . , . " , . 8 . 02 Replacement of ENGINEER . . . " , . , . , . , . . . . . . . . . * 4 . . . . . 0 0 1 a a a a a 0 0 0 0 0 0 a 0 a 4 0 0 4 . . . 0 9 0 a 0 0 4 a 0 0 4 9 0 0 a a 0 * 00 . . . . . a 0 0 0 * a 0 0 0 0 a & 0 0 * a 0 0 W27 8 . 03 Furnish Data . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 8 . 04 Pay Promptly When Due . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 8 . 05 Lands and Easements, Reports and Tests . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 8 . 06 I nsurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 8 . 07 Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 8 . 08 Inspections, Tests, and Approvals . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 8 . 09 Limitations on OWNER 'S Responsibilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 8 . 10 Undisclosed Hazardous Environmental Condition . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 8 . 11 Evidence of Financial Arrangements . , . . . . . . 28 ARTICLE 9 - ENGINEER' S STATUS DURING CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 9 . 01 OWNER'S Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 9 . 02 Visits to Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 9 . 03 Project Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 9 . 04 Clarifications and Interpretations. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 9 . 05 Authorized Variations in Work . . . . . . 6 0 4 . . . . . a ' * . . . . . . . 0 . . . . . . . 0 * 0 . . . . . . 000 , 29 9 . 06 Rejecting Defective Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 9 . 07 Shop Drawings, Change Orders and Payments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 9 . 09 Decisions on Requirements of Contract Documents and Acceptability of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 9 . 10 Limitations on ENGINEER 's Authority and Responsibilities , . 0 1 V I I & 6 4 1 1 1 1 1 * & q * 0 0 0 0 0 a a * 0 a 0 . . . . . . . . . . . . 0 649111130 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS , 4 . . . . 6 0 q 0 a 0 0 0 * 0 & * 0 0 . . . . . . 0 . 0 4 0 a 0 0 4 4 a a a a a 0 a a a , 0 0 0 . . . . & 0 30 10 . 01 Authorized Changes in the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 10 . 02 Unauthorized Changes in the Work , 4 1 1 1 . . I . . I I I . I . 4 1 1 1 1 6 . 0 1 1 1 1 1 0 1 1 1 1 1 1 0 a a a 0 * 0 4 4 a a a 10 . 03 Execution of Change Orders . . . I I I I 1 0 a a a & a * d a a 0 0 a 0 & I I I I 1 0 1 1 1 1 1 1 1 1 1 1 1 0 1 4 1 1 1 1 1 * I I I I a a a 0 a a * a 0 . 4 a d a I I . . I I I I . . I I I I 1 0 1 . I I I I I I I a 0 0 0 1 1 1 30 10 . 04 Notification to Surety . , . . . . . . . I ' s * I , a , * d 6 * P 0 , . I I I I I . . I I I I I . . 4 a a & I . 0 a a a a a a I I I 1 0 0 1 1 1 1 1 6 4 1 1 1 1 1 * 0 1 1 1 1 1 1 0 1 1 1 , , , 0 . . . . . . 4 4 . 0 1 q . . & a a * * * a 31 10 . 05 Claims and Disputes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES ; UNIT PRICE WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31 11 . 01 Cost of the Work, I I I I q I I I I I I I I I I I I I I I I . . . I I I I . . & d * a 0 . . a a a 0 1 . 6 . . . . . . . . . . 6 . . . . . . . . . . . . 0 0 . . . . . . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 * V , , 31 11 . 02 Cash Allowances . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 00700 - General Conditions REV 5 - 10- 13 . doc 00700 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgettown (flea VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13 .doc 3oP £ 1 -01 -5 AHd suoniO puo� IeiauaO - OOL00\sluawnao 10e11u00 iatsUw\saod 13enuo3 J31SEN\smawnnop piq\wwpy\(suoilenouad wood (99VIVA sliodS GAN " ) umouaSpoO 3YO1sIH- 1 b£ I \S1J3fOdd NOISIAICI ONIIMNION3 SVOM a!Ignd\:d V AS OOL00 aop £ 1 -01 - 5 Al2d Su0111pUOD leiauaD - OOL00 77 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .metal BUIIIOJIUOD 9011, suo!;eAi1gO to leAwnS 700L L tib. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a . . . . . . . . . . . . . . salpawad eAgelnwnO EO ' L . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . saw►1 jo uogelndwoO ZO • L L 1717 77 . . . . . . . . aolloN 6UIn►O 60 ' L L trtl . . . . . . . . . . . . . . . . . . . . sn03NV1130SI1N - LL 3101i2]V 77 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . saJnpeowd pue sPoWeR L0m9L NOIimOS3Z131ndSIG - 9L 3101ibIV 77. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . aleulwJal Jo )fJoM MIS Ae1N d01OVd1NOO 7009 L eOUalUanuoO JOj aleUlwJal AeW 83NMO E0 ' 9 L E7. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . asneO Joj aleulwial AqyV &gNM0 ZO ' 9 L . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �joM puadsnS Ae" 213NMO L009 L 7 Z . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . NOI1dNIM131 (IN`d A10M 30 NOISN3dsns - 9L 3101188 swlel0 10 JanleM 6017 L . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . pa�feleo uogaldwoO leU!d 80 . 7E L7 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . luew�fed leU1d LO ' 7L L7 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . uo0pedsul leU1d 90 ' 7L IIID . . lrtl L7 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . UolleZll.4n le1ped 90 . 7E 07. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . uo!laldwoO lelluelsgnS 70 . 7 L 07 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . allll to AlueJJeM s d01OV&1NOO COOK IIID . . . . . . . . . . . . . IIID sluaw�fed ssaJBoJd ZO ' 7L 8E . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . senleA jo elnpauoS LO ' 7L 8E . . . . . ' . . . . . . . . . . . . . . . . . . . . . . " ' . . . . . . . . . . . . . . . . . to , . . . . . as . . . . . . . . . . . . . N01131dINOO (IMd bJ =V�J1N00 01 S1N31NAVd - 71., 310112�`d 8£ . . . . . . . . . . . . . . . lot . . . . . . . . . . . . " of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Do * . . . . . . . . . . . . . . . . . . . . . . . .)IJoM an!loajap loeii0o AM 83NMO 60 • E L . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �1JoM anpoajapjo aoueldaooy g0 ' EL LE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . pOlJad UolloaJJoO LO ' EL LE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4JOM anlloaja(3 Jo lenowa(%J Jo UOIIoaJJOO 906E L . . . . . . . . . . . . . . )IJoM aui dolS AeW d3NMO 901E L LE . . . . ' . . . . . . . . . ' . . . . . . )IJoM 5u!Janooun 70 ' EL 9E . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . 0 . . . . . . . . . . . . . . . a suolloadsul pue sisal Co 4C L IIID . 9E . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . >1JOM of MOO f/ ZOoE L 9E . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . sloajaa Jo a0! L 0 ION ' E L IIID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . it * > iOM 3AliO3334 30 33NVid3OOV b0 TdnOW321 ` N011032NOO ' SNO1iO3dSN1 (INV S1S31 - EL 31OUIV . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 . . 4 . . . . . . . . . . . . . . 1101111se5eweG Aelao 90 ' Z L . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9E . . . . . . . . . . . . . IDEA . . . . . . . . . . . . . . BE . . . IDEA . . . . . . . . . . . . & AMIGA 111411q . a a p W4 * om , . d * * 111 111011111011doe loJIuOO s d01 O V&1NOO U/ul!M sAela0 70 m Z Luo�faa safe a . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .loJluoO s,dOlOV8J.NOO P 1 O EOwZL 9E . . . . . . . . . . . . . . . . 00 . . . 4 . . . . 4 . . . . saw!1 IoeJIuo0 jo a6uego ZORZL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . vc 9E . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . e0 oud loeJIU00 Jo abueLlO LObzL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7£ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . S3NIi iO ' JiN00 30 39NVHO ' 301bd iOV1N00 30 3JMdHO - ZL 3101i2IV . . . . . . . . . . . . . . . . . . 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . )IJoM aoud i!un E0m L L GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 10 . Claim--A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of 1 . 01 Defined Terms Contract Price or Contract Times , or both , or other relief with respect to the terms of the Contract. A A. Wherever used in the Contract Documents demand for money or services by a third party is not a and printed with initial or all capital letters , the terms Claim . listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 11 . Contract--The entire and integrated written agreement between the OWNER and 1 . Addenda--Written or graphic instruments CONTRACTOR concerning the Work . The Contract issued prior to the opening of Bids which clarify, supersedes prior negotiations , representations , or correct, or change the Bidding Requirements or the agreements , whether written or oral . Contract Documents , 12 . Contract Documents--The Contract 2 . Agreement--The written instrument which Documents establish the rights and obligations of the is evidence of the agreement between OWNER and parties and include the Agreement, Addenda (which CONTRACTOR covering the Work. pertain to the Contract Documents) , CONTRACTOR' s Bid ( including documentation accompanying the Bid 3 . Application for Payment--The form and any post Bid documentation submitted prior to the acceptable to ENGINEER which is to be used by Notice of Award ) when attached as an exhibit to the CONTRACTOR during the course of the Work in Agreement, the Notice to Proceed , the Bonds , these requesting progress or final payments and which is to General Conditions , the Supplementary Conditions , be accompanied by such supporting documentation the Specifications and the Drawings as the same are as is required by the Contract Documents . more specifically identified in the Agreement, together with all Written Amendments , Change Orders , Work 4 . Asbestos--Any material that contains Change Directives, Field Orders, and ENGINEER's more than one percent asbestos and is friable or is written interpretations and clarifications issued on or releasing asbestos fibers into the air above current after the Effective Date of the Agreement. Approved action levels established by the United States Occupa- Shop Drawings and the reports and drawings of tional Safety and Health Administration . subsurface and physical conditions are not Contract Documents . Only printed or hard copies of the items 5 . Bid--The offer or proposal of a bidder listed in this paragraph are Contract Documents. Files submitted on the prescribed form setting forth the in electronic media format of text, data , graphics , and prices for the Work to be performed . the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents . 6 , Bidding Documents—The Bidding Requirements and the proposed Contract Documents 13 . Contract Price--The moneys payable by ( including all Addenda issued prior to receipt of Bids) . OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as 7 . Bidding Requirements--The stated in the Agreement (subject to the provisions of Advertisement or Invitation to Bid , Instructions to paragraph 11 . 03 in the case of Unit Price Work) . Bidders , Bid security form , if any, and the Bid form with any supplements . 14 . Contract Times--The number of days or the dates stated in the Agreement to : ( i ) achieve 8 . Bonds—Performance and payment bonds Substantial Completion ; and ( ii) complete the Work so and other instruments of security , that it is ready for final payment as evidenced by ENGINEER' s written recommendation of final pay. 9 , Change Order--A document recommend - ment. ed by ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition , deletion , or 15 . CONTRACTOR--The individual or entity revision in the Work or an adjustment in the Contract with whom OWNER has entered into the Agreement. Price or the Contract Times , issued on or after the Effective Date of the Agreement. 00700 - General Conditions REV 5 - 10- 13 . doc 00700 - 5 F \Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13 . doe 16 . Cost of the Work--See paragraph 11 . 01 . A 26 . Liens--Charges , security interests , or for definition , encumbrances upon Project funds , real property , or personal property . 17 . Drawings--That part of the Contract Documents prepared or approved by ENGINEER 27 . Milestone--A principal event specified in which graphically shows the scope , extent, and the Contract Documents relating to an intermediate character of the Work to be performed by completion date or time prior to Substantial Comple- CONTRACTOR . Shop Drawings and other tion of all the Work . CONTRACTOR submittals are not Drawings as so 28 , Notice of Award--The written notice by defined . OWNER to the apparent successful bidder stating that 18 . Effective Date of the Agreement--The upon timely compliance by the apparent successful date indicated in the Agreement on which it becomes bidder with the conditions precedent listed therein , effective , but if no such date is indicated , it means the OWNER will sign and deliver the Agreement, date on which the Agreement is signed and delivered 29Notice to Proceed--A written notice given by the last of the two parties to sign and deliver. by OWNER to CONTRACTOR fixing the date on 19 . ENGINEER—The individual or entity which the Contract Times will commence to run and named as such in the Agreement, on which CONTRACTOR shall start to perform the Work under the Contract Documents . 7n CAIr` IAIC�I? ro (`prior df� r.f An inr! ' iiAirel nr entity having a contract with ENGINEE rnish 30 . OWNER--The individual , entity , public services as ENGINEER's in ent professional body , or authority with whom CONTRACTOR has associate or consul respect to the Project and entered into the Agreement and for whom the Work is who is ed as such in the Supplementary to be performed . 34 -ai#al Ut&aUen -4 ise by OWNER 21 . Field Order--A written order issued by ENGINEER which requires minor changes in the Work but which does not involve a change in the PF GF t49 S ' ' hrt;; AtffiRI GqFnpletien ef all the Werke Contract Price or the Contract Times . 32 . PCBs—Polychlorinated biphenyls . 22 . General Requirements--Sections of Division 1 of the Specifications . The General 33 . Petroleum—Petroleum , including crude oil Requirements pertain to all sections of the Specifica- or any fraction thereof which is liquid at standard tions . conditions of temperature and pressure (60 degrees Fahrenheit and 14 . 7 pounds per square inch 23 . Hazardous Environmental Condition--The absolute) , such as oil , petroleum , fuel oil , oil sludge , oil presence at the Site of Asbestos, PCBs , Petroleum , refuse , gasoline , kerosene , and oil mixed with other Hazardous Waste , or Radioactive Material in such non -Hazardous Waste and crude oils , quantities or circumstances that may present a substantial danger to persons or property exposed 34 . Project—The total construction of which thereto in connection with the Work . the Work to be performed under the Contract Documents may be the whole , or a part as may be 24 . Hazardous Waste--The term Hazardous indicated elsewhere in the Contract Documents. Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC 35 , Project Manual--The bound documentary Section 6903) as amended from time to time . information prepared for bidding and constructing the Work . A listing of the contents of the Project Manual , 25 . Laws and Regulations; Laws or Regulat- which may be bound in one or more volumes, is ions--Any and all applicable laws , rules , regulations , contained in the table(s) of contents , ordinances , codes , and orders of any and all govern - mental bodies , agencies , authorities , and courts 36 . Radioactive Material--Source , special having jurisdiction . nuclear , or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq . ) as amended from time to time . 00700 - General Conditions REV 5-10-13.doc 00700 - 6 F :\Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)V\dmin\bid documentsWaster Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 37 . Resident Project Representative--The 46 . Underground Facilities--AII underground authorized representative of ENGINEER who may be pipelines , conduits , ducts , cables , wires , manholes , assigned to the Site or any part thereof. vaults , tanks , tunnels , or other such facilities or attachments , and any encasements containing such 38 . Samples--Physical examples of facilities , including those that convey electricity , gases , materials, equipment, or workmanship that are steam , liquid petroleum products , telephone or other representative of some portion of the Work and which communications , cable television , water, wastewater, establish the standards by which such portion of the storm water, other liquids or chemicals , or traffic or Work will be judged . other control systems . 39 . Shop Drawings--All drawings , diagrams , 47 . Unit Price Work--Work to be paid for on illustrations , schedules , and other data or information the basis of unit prices . which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to 48 . Work--The entire completed construction illustrate some portion of the Work . or the various separately identifiable parts thereof re- quired to be provided under the Contract Documents . 40 . Site--Lands or areas indicated in the Work includes and is the result of performing or Contract Documents as being furnished by OWNER providing all labor, services , and documentation upon which the Work is to be performed , including necessary to produce such construction , and rights-of-way and easements for access thereto , and furnishing , installing , and incorporating all materials such other lands furnished by OWNER which are and equipment into such construction , all as required designated for the use of CONTRACTOR , by the Contract Documents. 41 . Specifications--That part of the Contract 49 . Work Change Directive--A written Documents consisting of written technical descriptions statement to CONTRACTOR issued on or after the of materials , equipment, systems , standards , and Effective Date of the Agreement and signed by workmanship as applied to the Work and certain OWNER and recommended by ENGINEER ordering administrative details applicable thereto . an addition , deletion , or revision in the Work , or responding to differing or unforeseen subsurface or 42 . Subcontractor--An individual or entity physical conditions under which the Work is to be having a direct contract with CONTRACTOR or with performed or to emergencies . A Work Change any other Subcontractor for the performance of a part Directive will not change the Contract Price or the of the Work at the Site . Contract Times but is evidence that the parties expect that the change ordered or documented by a Work 43 , Substantial Completion—The time at Change Directive will be incorporated in a subse- which the Work (or a specified part thereof) has quently issued Change Order following negotiations by progressed to the point where , in the opinion of the parties as to its effect, if any, on the Contract Price ENGINEER , the Work (or a specified part thereof) is or Contract Times , sufficiently complete , in accordance with the Contract Documents , so that the Work (or a specified part 50 . Written Amendment—A written statement thereof) can be utilized for the purposes for which it is modifying the Contract Documents , signed by intended . The terms " substantially complete" and OWNER and CONTRACTOR on or after the Effective " substantially completed" as applied to all or part of the Date of the Agreement and normally dealing with the Work refer to Substantial Completion thereof, nonengineering or nontechnical rather than strictly construction-related aspects of the Contract Docu- 44 . Supplementary Conditions—That part of ments . the Contract Documents which amends or supplements these General Conditions , 1 . 02 Terminology 45 . Supplier--A manufacturer, fabricator, A. Intent of Certain Terms or Adjectives supplier, distributor, materialman , or vendor having a direct contract with CONTRACTOR or with any 1 . Whenever in the Contract Documents the Subcontractor to furnish materials or equipment to be terms " as allowed , " " as approved , " or terms of like incorporated in the Work by CONTRACTOR or any effect or import are used , or the adjectives Subcontractor. " reasonable , " " suitable , " " acceptable , " " proper, " " satisfactory , " or adjectives of like effect or import are used to describe an action or determination of 00700 - General Conditions REV 5- 10-13. doc 00700 - 7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc - ENGINEER as to the Work , it is intended that such action or determination will be solely to evaluate , in general , the completed Work for compliance with the requirements of and information in the Contract use , Documents and conformance with the design 41 When "furnish , " " install , " " perform , " or concept of the completed Project as a functioning rovide" is not used in connection with services , whole as shown or indicated in the Contract p Documents ( unless there is a specific statement materials , or equipment in a context clearly indicating otherwise) . The use of any such term or requiring an obligation of CONTRACTOR , adjective shall not be effective to assign to ENGk " provide" is implied . NEER any duty or authority to supervise or direct the performance of the Work or any duty or E . Unless stated otherwise in the Contract Docu- authority to undertake responsibility contrary to the ments , words or phrases which have a well-known provisions of paragraph 9 . 10 or any other provision technical or construction industry or trade meaning are of the Contract Documents. used in the Contract Documents in accordance with such recognized meaning . B . Day 1 . The word " day" shall constitute a ARTICLE 2 - PRELIMINARY MATTERS calendar day of 24 hours measured from midnight to the next midnight. 2 . 01 Delivery of Bonds C . Defective A. When CONTRACTOR delivers the executed 1 . The word "defective , ' when modifying Agreements to OWNER , CONTRACTOR shall also the word "Work , " refers to Work that is deliver to OWNER such Bonds as CONTRACTOR unsatisfactory , faulty, or deficient in that it does may be required to furnish . not conform to the Contract Documents or does not meet the requirements of any inspection , 2002 Copies of Documents reference standard , test, or approval referred to in the Contract Documents , or has been A. OWNER shall furnish to CONTRACTOR up damaged prior to ENGINEER' s recom- to ten copies of the Contract Documents . Additional mendation of final payment ( unless responsi- copies will be furnished upon request at the cost of bility for the protection thereof has been reproduction . assumed by OWNER at Substantial Completion in accordance with paragraph 2 . 03 Commencement of Contract Times; Notice 14 . 04 or 14 . 05) . to Proceed D . Furnish, Install, Perform, Provide A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agree- 1 . T-Fpwerd "furnish , " rhe^ used in ment or, if a Notice to Proceed is given , on the day indicated in the Notice to Proceed . A Notice to Pro- kt, shall mean to supply and delive ceed may be given at any time within 30 days after the eNW0 A Peri said VI nr equip nt to the Effective Date of the Agreement. In no event will the site r m ' � �m Contract Times commence to run later than the use or in_ t II tI9R and iR usable or operable ninetieth day after the day of Bid opening or the nnnd+tinq thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2 The word " install , " vfhl used in r0en - ei+tion with ervises , materials--9F 2 . 04 Starting the Work shall Fnean tia put into us GF plaGe. A. CONTRACTOR shall start to perform the Work on the date when the Contract Times com- use . mence to run . No Work shall be done at the Site prior to the date on which the Contract Times commence to run . 00700 - General Conditions REV 5- 10- 13.doc 00700 - 8 F :\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Reno vations)V\dmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10-13. doc 2 . 05 Before Starting Construction 2 . 06 Preconstruction Conference A. CONTRACTOR 's Review of Contract DocuA, Within 20 days after the Cpntmpt I- ments: Before undertaking each part of the Work , to run , but before any Work at the Site i =rted CONTRACTOR shall carefully study and compare the conference attended by CONTRACT ENGINEER , Contract Documents and check and verify pertinent and others as appropriate wil held to establish a deFstandiR ;a Ann the paFties as to the figures therein and all applicable field measurements . CONTRACTOR shall promptly report in writing to Work and to disc a schedules referred to in para- ENGINEER any conflict, error, ambiguity, or graph 2 . 05 , rocedures for handling Shop Drawings discrepancy which CONTRACTOR may discover and and er submittals, processing Applications for shall obtain a written interpretation or clarification from fen ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable 2007 Initial Acceptance of Schedules to OWNER or ENGINEER for failure to report any conflict, error, ambiguity , or discrepancy in the A. Unless otherwise provided in the Contract Contract Documents unless CONTRACTOR knew or Documents , at least ten days before submission of the reasonably should have known thereof. first Application for Payment a conference attended by CONTRACTOR , ENGINEER , and others as appropri- B . Preliminary Schedules: Within ten days after ate will be held to review for acceptability to ENGI - the Effective Date of the Agreement ( unless otherwise NEER as provided below the schedules submitted in specified in the General Requirements) , CONTRAC- accordance with paragraph 2 . 05 . B . CONTRACTOR TOR shall submit to ENGINEER for its timely review: shall have an additional ten days to make corrections and adjustments and to complete and resubmit the 1 . a preliminary progress schedule schedules . No progress payment shall be made to indicating the times (numbers of days or dates) CONTRACTOR until acceptable schedules are for starting and completing the various stages submitted to ENGINEER , of the Work, including any Milestones specified in the Contract Documents ; 1 . The progress schedule will be acceptable to ENGINEER if it provides an 2 , a preliminary schedule of Shop orderly progression of the Work to completion Drawing and Sample submittals which will list within any specified Milestones and the each required submittal and the times for sub- Contract Times . Such acceptance will not mitting , reviewing , and processing such impose on ENGINEER responsibility for the submittal ; and progress schedule, for sequencing , scheduling , or progress of the Work nor interfere with or 30 a preliminary schedule of values for relieve CONTRACTOR from CONTRACTOR' s all of the Work which includes quantities and full responsibility therefor, prices of items which when added together equal the Contract Price and subdivides the 2 . CONTRACTOR's schedule of Shop Work into component parts in sufficient detail to Drawing and Sample submittals will be serve as the basis for progress payments acceptable to ENGINEER if it provides a during performance of the Work. Such prices workable arrangement for reviewing and will include an appropriate amount of overhead processing the required submittals . and profit applicable to each item of Work . 3 . CONTRACTOR' s schedule of values will be acceptable to ENGINEER as to form the Site is started , CONTRACTOR and OWNE all and substance if it provides a reasonable each deliver to the other, with copi o each allocation of the Contract Price to component additional insured identified in t upplementary parts of the Work . Conditions , certificates of urance (and other evidence of insuranc ich either of them or any additional insur may reasonably request) which CONTRA and OWNER respectively are AA 00700 - General Conditions REV 5- 10-13 doc 00700 - 9 F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1 341 -Historic Dodgertown (fka VS Sports Village) Room Renovations)V\dmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10- 13. doc undertake responsibility inconsistent with the ARTICLE 3 - CONTRACT DOCUMENTS : INTENT , provisions of the Contract Documents , AMENDING , REUSE 3 . 03 Reporting and Resolving Discrepancies 3 . 01 Intent A. Reporting Discrepancies A. The Contract Documents are comple- 1 . If, during the performance of the mentary ; what is called for by one is as binding as if Work, CONTRACTOR discovers any conflict, called for by all . error, ambiguity, or discrepancy within the Con - tract Documents or between the Contract B . It is the intent of the Contract Documents to Documents and any provision of any Law or describe a functionally complete Project (or part there- Regulation applicable to the performance of the of) to be constructed in accordance with the Contract Work or of any standard , specification , manual Documents . Any labor, documentation , services , or code , or of any instruction of any Supplier, materials , or equipment that may reasonably be CONTRACTOR shall report it to ENGINEER in inferred from the Contract Documents or from writing at once . CONTRACTOR shall not prevailing custom or trade usage as being required to proceed with the Work affected thereby (except produce the intended result will be provided whether in an emergency as required by paragraph or not specifically called for at no additional cost to 6 . 16 . A) until an amendment or supplement to OWNER . the Contract Documents has been issued by one of the methods indicated in paragraph C . Clarifications and interpretations of the 3 . 04 ; provided , however, that CONTRACTOR Contract Documents shall be issued by ENGINEER shall not be liable to OWNER or ENGINEER for as provided in Article 9 , failure to report any such conflict, error, ambiguity, or discrepancy unless CON- 3 . 02 Reference Standards TRACTOR knew or reasonably should have known thereof. A. Standards, Specifications, Codes, Laws, and Regulations B . Resolving Discrepancies 1 . Reference to standards , specifica- 1 . Except as may be otherwise tions , manuals , or codes of any technical specifically stated in the Contract Documents , society, organization , or association , or to Laws the provisions of the Contract Documents shall or Regulations, whether such reference be take precedence in resolving any conflict, error, specific or by implication , shall mean the stan- ambiguity, or discrepancy between the dard , specification , manual , code , or Laws or provisions of the Contract Documents and : Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement a . the provisions of any standard , if there were no Bids) , except as may be specification , manual , code , or instruction otherwise specifically stated in the Contract (whether or not specifically incorporated by Documents . reference in the Contract Documents) ; or 2 . No provision of any such standard , b, the provisions of any Laws or specification , manual or code , or any instruction Regulations applicable to the performance of a Supplier shall be effective to change the of the Work ( unless such an interpretation of duties or responsibilities of OWNER , the provisions of the Contract Documents CONTRACTOR , or ENGINEER , or any of their would result in violation of such Law or subcontractors , consultants , agents , or employ- Regulation ) . ees from those set forth in the Contract Documents , nor shall any such provision or 3 . 04 Amending and Supplementing Contract instruction be effective to assign to OWNER , Documents ENGINEER , or any of ENGINEER Is Consultants , agents , or employees any duty or A. The Contract Documents may be amended to authority to supervise or direct the performance provide for additions , deletions , and revisions in the of the Work or any duty or authority to Work or to modify the terms and conditions thereof in one or more of the following ways: ( i ) a Written 00700 - General Conditions REV 5-10-13. doc 00700 - 10 F .\Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (tka VI3 Sports Village ) Room Renovations)Vadmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc Amendment; ( ii ) a Change Order; or ( iii ) a Work B . Upon reasonable written request, OWNER Change Directive , shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands B . The requirements of the Contract Documents upon which the Work is to be performed and may be supplemented , and minor variations and OWNER' s interest therein as necessary for giving deviations in the Work may be authorized , by one or notice of or filing a mechanic' s or construction lien more of the following ways : ( i ) a Field Order; ( ii ) against such lands in accordance with applicable ENGINEER ' s approval of a Shop Drawing or Sample ; Laws and Regulations . or ( iii ) ENGINEER Is written interpretation or clarifi- C . CONTRACTOR shall provide for all additional cation , lands and access thereto that may be required for 3 . 05 Reuse of Documents temporary construction facilities or storage of materials and equipment. A. CONTRACTOR and any Subcontractor or Supplier or other individual or entity performing or 4 . 02 Subsurface and Physical Conditions furnishing any of the Work under a direct or indirect contract with OWNER : ( i) shall not have or acquire A. Reports and Drawings: The Supplementary any title to or ownership rights in any of the Drawings , Conditions identify : Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of 1s those reports of explorations and ENGINEER or ENGINEER' s Consultant, including tests of subsurface conditions at or contiguous electronic media editions ; and ( ii ) shall not reuse any to the Site that ENGINEER has used in of such Drawings , Specifications , other documents , or preparing the Contract Documents ; and copies thereof on extensions of the Project or any other project without written consent of OWNER and 2 , those drawings of physical ENGINEER and specific written verification or conditions in or relating to existing surface or adaption by ENGINEER . This prohibition will survive subsurface structures at or contiguous to the final payment, completion , and acceptance of the Site (except Underground Facilities) that ENGI - Work , or termination or completion of the Contract. NEER has used in preparing the Contract Nothing herein shall preclude CONTRACTOR from Documents , retaining copies of the Contract Documents for record purposes. B . Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" ARTICLE 4 - AVAILABILITY OF LANDS ; contained in such reports and drawings , but such SUBSURFACE AND PHYSICAL CONDITIONS ; reports and drawings are not Contract Documents . REFERENCE POINTS Such "technical data" is identified in the Supplementa- ry Conditions . Except for such reliance on such "technical data , " CONTRACTOR may not rely upon or 4 . 01 Availability of Lands make any Claim against OWNER , ENGINEER , or any of ENGINEER' s Consultants with respect to : A. OWNER shall furnish the Site . OWNER shall notify CONTRACTOR of any encumbrances or 1 . the completeness of such reports restrictions not of general application but specifically and drawings for CONTRACTOR' s purposes , related to use of the Site with which CONTRACTOR including , but not limited to , any aspects of the must comply in performing the Work . OWNER will means , methods , techniques , sequences , and obtain in a timely manner and pay for easements for procedures of construction to be employed by permanent structures or permanent changes in CONTRACTOR , and safety precautions and existing facilities . If CONTRACTOR and OWNER are programs incident thereto ; or unable to agree on entitlement to or on the amount or extent, if any , of any adjustment in the Contract Price 20 other data , interpretations , opinions , or Contract Times , or both , as a result of any delay in and information contained in such reports or OWNER' s furnishing the Site , CONTRACTOR may shown or indicated in such drawings ; or make a Claim therefor as provided in paragraph 10 . 05 . 3 . any CONTRACTOR interpretation of or conclusion drawn from any "technical data" 00700 - General Conditions REV 5-10- 13. doc 00700 - 11 F '.\Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Vadmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10-13. doc or any such other data , interpretations , a . such condition must meet any one or opinions , or information . more of the categories described in para- graph 4 . 03 . A; and 4 . 03 Differing Subsurface or Physical Conditions b , with respect to Work that is paid for A. Notice: If CONTRACTOR believes that any on a Unit Price Basis , any adjustment in subsurface or physical condition at or contiguous to Contract Price will be subject to the the Site that is uncovered or revealed either: provisions of paragraphs 9 . 08 and 11 . 03 . 1 . is of such a nature as to establish 2 . CONTRACTOR shall not be entitled that any "technical data" on which CONTRAC - to any adjustment in the Contract Price or TOR is entitled to rely as provided in paragraph Contract Times if: 4 . 02 is materially inaccurate; or a . CONTRACTOR knew of the 2 , is of such a nature as to require a existence of such conditions at the time change in the Contract Documents ; or CONTRACTOR made a final commitment to OWNER in respect of Contract Price and 3 , differs materially from that shown or Contract Times by the submission of a Bid indicated in the Contract Documents ; or or becoming bound under a negotiated contract; or 4 . is of an unusual nature , and differs b. the existence of such condition could materially from conditions ordinarily encountered and generally recognized as inher- reasonably have been discovered or ent in work of the character provided for in the revealed as a result of any examination , Contract Documents; investigation , exploration , test, or study of the Site and contiguous areas required by then CONTRACTOR shall , promptly after becoming the Bidding Requirements or Contract aware thereof and before further disturbing the Documents to be conducted by or for CON = subsurface or physical conditions or performing any TRACTOR prior to CONTRACTOR's Work in connection therewith (except in an emergency making such final commitment; or as required by paragraph 6 . 16 . A) , notify OWNER and ENGINEER in . writing about such condition . c. CONTRACTOR failed to give the CONTRACTOR shall not further disturb such written notice within the time and as re- condition or perform any Work in connection therewith quired by paragraph 4 . 03 .A. (except as aforesaid ) until receipt of written order to do so . 3 . If OWNER and CONTRACTOR are unable to agree on entitlement to or on the B . ENGINEER's Review: After receipt of written amount or extent, if any, of any adjustment in notice as required by paragraph 4 . 03 . A, ENGINEER the Contract Price or Contract Times , or both , a will promptly review the pertinent condition , determine Claim may be made therefor as provided in the necessity of OWNER' s obtaining additional paragraph 10 . 05 . However, OWNER , exploration or tests with respect thereto , and advise ENGINEER , and ENGINEER' s Consultants OWNER in writing (with a copy to CONTRACTOR) of shall not be liable to CONTRACTOR for any ENGINEER ' s findings and conclusions . claims , costs , losses , or damages ( including but not limited to all fees and charges of C . Possible Price and Times Adjustments engineers , architects , attorneys , and other professionals and all court or arbitration or other 1 . The Contract Price or the Contract dispute resolution costs) sustained by Times , or both , will be equitably adjusted to the CONTRACTOR on or in connection with any extent that the existence of such differing other project or anticipated project, subsurface or physical condition causes an in - crease or decrease in CONTRACTOR ' s cost 4 . 04 Underground Facilities of, or time required for, performance of the Work ; subject, however, to the following : A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and 00700 - General Conditions REV 5- 10-13. doc 00700 - 12 F'\Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract DocumentM00700 - General Conditions REV 5- 10- 13. doc data furnished to OWNER or ENGINEER by the be made in the Contract Price or Contract owners of such Underground Facilities , including Times , or both , to the extent that they are OWNER , or by others . Unless it is otherwise attributable to the existence or location of any expressly provided in the Supplementary Conditions: Underground Facility that was not shown or indicated or not shown or indicated with 1 . OWNER and ENGINEER shall not reasonable accuracy in the Contract be responsible for the accuracy or com- Documents and that CONTRACTOR did not pleteness of any such information or data ; and know of and could not reasonably have been expected to be aware of or to have anticipated . 2 , the cost of all of the following will be If OWNER and CONTRACTOR are unable to included in the Contract Price , and CONTRAC- agree on entitlement to or on the amount or TOR shall have full responsibility for: extent, if any , of any such adjustment in Contract Price or Contract Times , OWNER or a . reviewing and checking all such CONTRACTOR may make a Claim therefor as information and data , provided in paragraph 10 . 05 . b . locating all Underground Facilities 4 . 05 Reference Points shown or indicated in the Contract Documents , A. OWNER shall provide engineering surveys to establish reference points for construction which in c . coordination of the Work with the ENGINEER' s judgment are necessary to enable owners of such Underground Facilities , CONTRACTOR to proceed with the Work . CON - including OWNER , during construction , and TRACTOR shall be responsible for laying out the Work, shall protect and preserve the established d , the safety and protection of all such reference points and property monuments , and shall Underground Facilities and repairing any make no changes or relocations without the prior damage thereto resulting from the Work. written approval of OWNER . CONTRACTOR shall report to ENGINEER whenever any reference point or B . Not Shown or Indicated property monument is lost or destroyed or requires relocation because of necessary changes in grades or 1 . If an Underground Facility is locations , and shall be responsible for the accurate uncovered or revealed at or contiguous to the replacement or relocation of such reference points or Site which was not shown or indicated , or not property monuments by professionally qualified shown or indicated with reasonable accuracy in personnel . the Contract Documents , CONTRACTOR shall , promptly after becoming aware thereof and 4 . 06 Hazardous Environmental Condition at Site before further disturbing conditions affected thereby or performing any Work in connection A. Reports and Drawings: Reference is made to therewith (except in an emergency as required the Supplementary Conditions for the identification of by paragraph 6 . 16 . A) , identify the owner of those reports and drawings relating to a Hazardous such Underground Facility and give written Environmental Condition identified at the Site, if any , notice to that owner and to OWNER and ENGI - that have been utilized by the ENGINEER in the NEER . ENGINEER will promptly review the preparation of the Contract Documents . Underground Facility and determine the extent, if any, to which a change is required in the B . Limited Reliance by CONTRACTOR on Contract Documents to reflect and document Technical Data Authorized: CONTRACTOR may rely the consequences of the existence or location upon the general accuracy of the "technical data" of the Underground Facility. During such time , contained in such reports and drawings , but such CONTRACTOR shall be responsible for the reports and drawings are not Contract Documents , safety and protection of such Underground Such "technical data" is identified in the Facility . Supplementary Conditions . Except for such reliance on such "technical data , " CONTRACTOR may not rely 2 . If ENGINEER concludes that a upon or make any Claim against OWNER , change in the Contract Documents is required , ENGINEER or any of ENGINEER' s Consultants with a Work Change Directive or a Change Order respect to : will be issued to reflect and document such consequences . An equitable adjustment shall 00700 - General Conditions REV 5-10-13. doc 00700 - 13 F :\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Mmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10- 13. doc 1 . the completeness of such reports CONTRACTOR , either party may make a Claim and drawings for CONTRACTOR ' s purposes , therefor as provided in paragraph 10 . 05 , including , but not limited to , any aspects of the means , methods , techniques , sequences and F . If after receipt of such written notice procedures of construction to be employed by CONTRACTOR does not agree to resume such Work CONTRACTOR and safety precautions and based on a reasonable belief it is unsafe , or does not programs incident thereto ; or agree to resume such Work under such special con& tions , then OWNER may order the portion of the Work 2 , other data , interpretations , opinions that is in the area affected by such condition to be and information contained in such reports or deleted from the Work . If OWNER and CON - shown or indicated in such drawings ; or TRACTOR cannot agree as to entitlement to or on the amount or extent, if any , of an adjustment in Contract 3 . any CONTRACTOR interpretation of Price or Contract Times as a result of deleting such or conclusion drawn from any "technical data" portion of the Work , then either party may make a or any such other data , interpretations , opinions Claim therefor as provided in paragraph 10 . 05 . or information . OWNER may have such deleted portion of the Work performed by OWNER' s own forces or others in C . CONTRACTOR shall not be responsible for accordance with Article 7 . any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated G . To the fullest extent permitted by Laws and in Drawings or Specifications or identified in the Regulations , OWNER shall indemnify and hold Contract Documents to be within the scope of the harmless CONTRACTOR , Subcontractors , ENGk Work. CONTRACTOR shall be responsible for a NEER , ENGINEER's Consultants and the officers , Hazardous Environmental Condition created with any directors , partners , employees , agents , other materials brought to the Site by CONTRACTOR , consultants , and subcontractors of each and any of Subcontractors , Suppliers , or anyone else for whom them from and against all claims , costs , losses , and CONTRACTOR is responsible . damages ( including but not limited to all fees and charges of engineers , architects , attorneys , and other D . If CONTRACTOR encounters a Hazardous professionals and all court or arbitration or other Environmental Condition or if CONTRACTOR or dispute resolution costs) arising out of or relating to a anyone for whom CONTRACTOR is responsible Hazardous Environmental Condition , provided that creates a Hazardous Environmental Condition , such Hazardous Environmental Condition : ( i ) was not CONTRACTOR shall immediately: ( i) secure or shown or indicated in the Drawings or Specifications otherwise isolate such condition ; ( ii ) stop all Work in or identified in the Contract Documents to be included connection with such condition and in any area within the scope of the Work, and ( ii ) was not created affected thereby (except in an emergency as required by CONTRACTOR or by anyone for whom by paragraph 6 . 16 ) ; and ( iii ) notify OWNER and ENGk CONTRACTOR is responsible . Nothing in this para- NEER (and promptly thereafter confirm such notice in graph 4 . 06 . E shall obligate OWNER to indemnify any writing ) . OWNER shall promptly consult with individual or entity from and against the consequences ENGINEER concerning the necessity for OWNER to of that individual' s or entity' s own negligence , retain a qualified expert to evaluate such condition or take corrective action , if any. H . To the fullest extent permitted by Laws and Regulations , CONTRACTOR shall indemnify and hold E . CONTRACTOR shall not be required to harmless OWNER , ENGINEER , ENGINEER' s resume Work in connection with such condition or in Consultants , and the officers , directors , partners , any affected area until after OWNER has obtained employees , agents , other consultants , and any required permits related thereto and delivered to subcontractors of each and any of them from and CONTRACTOR written notice : ( i ) specifying that such against all claims , costs , losses , and damages condition and any affected area is or has been ( including but not limited to all fees and charges of rendered safe for the resumption of Work; or ( ii ) engineers , architects , attorneys , and other specifying any special conditions under which such professionals and all court or arbitration or other Work may be resumed safely. If OWNER and dispute resolution costs) arising out of or relating to a CONTRACTOR cannot agree as to entitlement to or Hazardous Environmental Condition created by on the amount or extent, if any , of any adjustment in CONTRACTOR or by anyone for whom Contract Price or Contract Times , or both , as a result CONTRACTOR is responsible . Nothing in this of such Work stoppage or such special conditions paragraph 4 . 06 . F shall obligate CONTRACTOR to under which Work is agreed to be resumed by indemnify any individual or entity from and against the 00700 - General Conditions REV 5- 10-13. doc 00700 14 F :\Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)VAdmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10- 13. doc consequences of that individual ' s or entity' s own negli - limits and coverages so required . Such surety and gence , insurance companies shall also meet such additional requirements and qualifications as may be provided in I . The provisions of paragraphs 4 . 02 , 4 . 03 , and the Supplementary Conditions . 4 . 04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the 5 . 03 Certificates of Insurance Site , A . CONTRACTOR shall deliver to OWNER , with copies to each additional insured identified in the ARTICLE 5 - BONDS AND INSURANCE Supplementary Conditions , certificates of insurance (and other evidence of insurance requested by OWN - ER or any other additional insured ) which CON- 5 . 01 Performance, Payment, and Other Bonds TRACTOR is required to purchase and maintain , Q%A1NIF= R shall deliver tG GONTRAGTOR , With GG and payment Bonds , each in an amount at le equal ;; it- - >f<lTRAGTQR ' s TOR or any other additiGRal gatiGAIS 61171d These is FequiFed t9 PUFGhas 5 . 04 CONTRACTOR 's Liability Insurance see by La�wvs 9. F Regulations A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise Be All Bonds shall be in the form prescribed by out of or result from CONTRACTOR' s performance of the Contract Documents except as provided otherwise the Work and CONTRACTOR' s other obligations by Laws or Regulations , and shall be executed by under the Contract Documents, whether it is to be per- such sureties as are named in the current list of " Com - formed by CONTRACTOR , any Subcontractor or panies Holding Certificates of Authority as Acceptable Supplier, or by anyone directly or indirectly employed Sureties on Federal Bonds and as Acceptable by any of them to perform any of the Work, or by Reinsuring Companies" as published in Circular 570 anyone for whose acts any of them may be liable : (amended) by the Financial Management Service , Surety Bond Branch , U . S . Department of the 1 . claims under workers' compensation , Treasury. All Bonds signed by an agent must be disability benefits, and other similar employee accompanied by a certified copy of such agent' s benefit acts ; authority to act. 2 , claims for damages because of Co If the surety on any Bond furnished by CON - bodily injury, occupational sickness or disease , TRACTOR is declared bankrupt or becomes insolvent or death of CONTRACTOR ' s employees ; or its right to do business is terminated in any state where any part of the Project is located or it ceases to 3q claims for damages because of meet the requirements of paragraph 5 . 01 . B , bodily injury, sickness or disease , or death of CONTRACTOR shall within 20 days thereafter any person other than CONTRACTOR' s substitute another Bond and surety , both of which employees ; shall comply with the requirements of paragraphs 5 . 01 . 8 and 5 . 02 . 4 * claims for damages insured by reasonably available personal injury liability 5 . 02 Licensed Sureties and Insurers coverage which are sustained : ( i ) by any person as a result of an offense directly or indirectly A. All Bonds and insurance required by the related to the employment of such person by Contract Documents to be purchased and maintained CONTRACTOR , or ( ii ) by any other person for by OWNER or CONTRACTOR shall be obtained from any other reason ; surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is 5 , claims for damages , other than to the located to issue Bonds or insurance policies for the Work itself, because of injury to or destruction 00700 - General Conditions REV 5- 10-13.doc 00700 - 15 F :\Public Works\ENGINEE RING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Vadmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10-13. doc of tangible property wherever located , including replacing defective Work in accordance with loss of use resulting therefrom ; and paragraph 13 . 07 ; and 60 claims for damages because of 7 , with respect to completed operations bodily injury or death of any person or property insurance , and any insurance coverage written damage arising out of the ownership , mainte- on a claims- made basis , remain in effect for at nance or use of any motor vehicle , least two years after final payment ( and CONTRACTOR shall furnish OWNER and B . The policies of insurance so required by this each other additional insured identified in the paragraph 5 . 04 to be purchased and maintained shall : Supplementary Conditions , to whom a certificate of insurance has been issued , 1 . with respect to insurance required by evidence satisfactory to OWNER and any such paragraphs 5 . 04 . A. 3 through 5 . 04 . A. 6 inclusive , additional insured of continuation of such include as additional insureds (subject to any insurance at final payment and one year customary exclusion in respect of professional thereafter) . liability) OWNER , ENGINEER , ENGINEER 's Consultants , and any other individuals or 5 . 05 OWNER 's Liability Insurance entities identified in the Supplementary Condi- tions , all of whom shall be listed as additional insureds , and include coverage for the respec- provided by CONTRACTOR under par 5 . 04 , tive officers , directors , partners , employees , OWNER , at OWNER' s optiqRaigy purchase and agents , and other consultants and maintain at OWNER's se OWNER ' s own liability subcontractors of each and any of all such insurance as protect OWNER against claims additional insureds , and the insurance affordedr1%:; e ! frnrn , 9peFati9R6 under the QeRtF to these additional insureds shall provide primary coverage for all claims covered thereby; 5 . 06 Property Insurance 20 include at least the specific n--'�r:ess otherwise provided in the Supple coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations , M, the amount of the full FeplaGeFneRt GGSt thcr whichever is greater; 3 , include completed operations by Laws ai; d RegulatiGIRS) . This in6uraRGe shall ; insurance; 1 . .olade the ' " teFest6 of OWNER , 40 include contractual liability insurance covering CONTRACTOR' s indemnity ENGIpt€€ Rrs--,�e n s d Ita n �s� + , and am � etheF .� obligations under paragraphs 6 . 07 , 6 . 11 , and ideals or entities identified in— rhe 6 . 20 ; direstors , partners, employees ^^ e " }l and 5 , contain a provision or endorsement that the coverage afforded will not be canceled , and aRy Gf them , 8aGh Gf whom i6 deemed to materially changed or renewal refused until at hlalwfe an 'iRsurableinteFest and shall he listed a least thirty days prior written notice has been all additional insured ; given to OWNER and CONTRACTOR and to each other additional insured identified in the 2 11 l _i# ^" ' " ' la ' " o � t`�;;,t^` * 1 9F speGial Gauses of less PG ' bG! f Supplementary Conditions to whom a certificate GF GpeR per J of insurance has been issued (and the form that shall t ' ea6 tnolude insaransef4a certificates of insurance furnished by the PhYS *Gal less 9F damage to the VVGrk , ternpG - TRACTOR pursuant to paragraph 5 . 03 will so raFy i buildings , false work , and materialls and provide) ; least the fellowiRg peFOIS OF Gaulses of less; fire , 6 , remain in effect at least until final payment and at all times thereafter when CON - TRACTOR may be correcting , removing , or 00700 - General Conditions REV 5- 10- 13.doc 00700 - 16 RAPublic Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)V\dmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10-13. doc • • - - MIA WMME _ - It - _ . . ,. . - _ _ - _ l o W ML - - - - - - MIA - - P.°•- - - - - - - - - - r _ _ _ - - - IN ml&r^ww2Ta`al - - - - - - - &MMML MIA - - - - - - a . � . Aa AM � • _ On two W W AN a M' MIA Wmm =WWAQMLW INIONO • - - _ _ - - VIM N a Ab Mr 11 11 AM saw L� AN IN at W lwam Ad • _ AWL" hM%W mW Aft n:mrmmmruie MA ..lA.ANNN ,.IAIWjl§f.=2�rr.3 wAMLwI IN mega NOR - - - - - lial 01 GO MR 11 11 � . ww MW �_ ♦ — ROME Mome as a or a — ME Am I q MORRIS - - — — an WAWIM as PMEMAWSWA 1 — — — OF — — Ab • - 1 a a OR AL NW�jpffojwAw Maw INSWL� M�w Matt IF W&WA �A� &WIMR�kw do IF ♦ • — — \ • — — • — ONVATON NMI ! —�T�a� &I .A.. Zr.wr.q= N — z am — q 121 ♦ — ♦TA — — _ Ir I ■ • —Ml — wAMIWRI MLwA400 — AL NMI MeOF AS i 1 1 ♦ I / 1 1 — — — — IF Mr w w AMPIWATtMEM INA — a • ♦ I - I / • At At MITAFAR ♦ 1 — — — — — P1 UK MAr&WVLT%4MMM 0 W11MONOW . 14 a & WAREw 1 — - - — _ • — — - - - - - - MR 1 — — — — — — — — — — YOME OF Mile 1 — ♦ — as — — — — — — ' — � m 11 11 ARTICLE 6 - CONTRACTOR ' S RESPONSIBILITIES 6 . 03 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- 6 . 01 Supervision and Superintendence quirements , CONTRACTOR shall provide and assume full responsibility for all services , materials , A. CONTRACTOR shall supervise , inspect, and equipment, labor , transportation , construction direct the Work competently and efficiently , devoting equipment and machinery , tools , appliances , fuel , such attention thereto and applying such skills and power, light, heat, telephone , water, sanitary facilities , expertise as may be necessary to perform the Work in temporary facilities , and all other facilities and accordance with the Contract Documents . CON - incidentals necessary for the performance , testing , TRACTOR shall be solely responsible for the means , start-up , and completion of the Work . methods , techniques , sequences , and procedures of construction , but CONTRACTOR shall not be B . All materials and equipment incorporated into responsible for the negligence of OWNER or the Work shall be as specified or, if not specified , shall ENGINEER in the design or specification of a specific be of good quality and new, except as otherwise means , method , technique , sequence , or procedure of provided in the Contract Documents . All warranties construction which is shown or indicated in and and guarantees specifically called for by the Specifica- expressly required by the Contract Documents. CON - tions shall expressly run to the benefit of OWNER . If TRACTOR shall be responsible to see that the required by ENGINEER , CONTRACTOR shall furnish completed Work complies accurately with the Contract satisfactory evidence ( including reports of required Documents . tests) as to the source, kind , and quality of materials and equipment. All materials and equipment shall be B . At all times during the progress of the Work , stored , applied , installed , connected , erected , CONTRACTOR shall assign a competent resident protected , used , cleaned , and conditioned in superintendent thereto who shall not be replaced accordance with instructions of the applicable without written notice to OWNER and ENGINEER Supplier, except as otherwise may be provided in the except under extraordinary circumstances . The Contract Documents , superintendent will be CONTRACTOR' s representative at the Site and shall have authority to 6 . 04 Progress Schedule act on behalf of CONTRACTOR . All communications given to or received from the superintendent shall be A. CONTRACTOR shall adhere to the progress binding on CONTRACTOR . schedule established in accordance with paragraph 2 . 07 as it may be adjusted from time to time as 6 . 02 Labor; Working Hours provided below. A. CONTRACTOR shall provide competent, 1 . CONTRACTOR shall submit to suitably qualified personnel to survey, lay out, and ENGINEER for acceptance (to the extent indi- construct the Work as required by the Contract Docu- cated in paragraph 2 . 07 ) proposed adjustments ments . CONTRACTOR shall at all times maintain in the progress schedule that will not result in good discipline and order at the Site. changing the Contract Times (or Milestones) . Such adjustments will conform generally to the B . Except as otherwise required for the safety or progress schedule then in effect and additional- protection of persons or the Work or property at the ly will comply with any provisions of the General Site or adjacent thereto , and except as otherwise Requirements applicable thereto , stated in the Contract Documents , all Work at the Site shall be performed during regular working hours , and 2 . Proposed adjustments in the CONTRACTOR will not permit overtime work or the progress schedule that will change the Contract performance of Work on Saturday , Sunday, or any Times (or Milestones) shall be submitted in legal holiday without OWNER ' s written consent (which accordance with the requirements of Article 12 . will not be unreasonably withheld ) given after prior Such adjustments may only be made by a written notice to ENGINEER . Change Order or Written Amendment in accor- dance with Article 12 . 6 . 05 Substitutes and "Or-Equals " 00700 - General Conditions REV 5-10- 13. doc 00700 - 19 F1Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (tka VB Sports Village) Room Renovations)VAdmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10-13. doc A. Whenever an item of material or equipment is material or equipment proposed is specified or described in the Contract Documents by essentially equivalent to that named and an using the name of a proprietary item or the name of a acceptable substitute therefor. Requests for particular Supplier, the specification or description is review of proposed substitute items of intended to establish the type , function , appearance , material or equipment will not be accepted and quality required . Unless the specification or by ENGINEER from anyone other than description contains or is followed by words reading CONTRACTOR , that no like , equivalent, or " or-equal " item or no substitution is permitted , other items of material or c . The procedure for review by ENGI . equipment or material or equipment of other Suppliers NEER will be as set forth in paragraph may be submitted to ENGINEER for review under the 6 . 05 . A . 2 . d , as supplemented in the General circumstances described below. Requirements and as ENGINEER may decide is appropriate under the 1 . "Or-Equal" Items: If in ENGINEER' s circumstances, sole discretion an item of material or equipment proposed by CONTRACTOR is functionally d . CONTRACTOR shall first make equal to that named and sufficiently similar so written application to ENGINEER for review that no change in related Work will be required , of a proposed substitute item of material or it may be considered by ENGINEER as an equipment that CONTRACTOR seeks to "or-equal " item , in which case review and furnish or use . The application shall certify approval of the proposed item may, in that the proposed substitute item will ENGINEER's sole discretion , be accomplished perform adequately the functions and without compliance with some or all of the achieve the results called for by the general requirements for approval of proposed substk design , be similar in substance to that tute items . For the purposes of this paragraph specified , and be suited to the same use as 6 . 05 . A. 1 , a proposed item of material or that specified . The application will state the equipment will be considered functionally equal extent, if any, to which the use of the pro- to an item so named if: posed substitute item will prejudice CONTRACTOR's achievement of Substan- a , in the exercise of reasonable tial Completion on time , whether or not use judgment ENGINEER determines that: ( i ) it of the proposed substitute item in the Work is at least equal in quality , durability , will require a change in any of the Contract appearance , strength , and design Documents (or in the provisions of any other characteristics ; ( ii ) it will reliably perform at direct contract with OWNER for work on the least equally well the function imposed by Project) to adapt the design to the proposed the design concept of the completed Project substitute item and whether or not as a functioning whole , and ; incorporation or use of the proposed substi- tute item in connection with the Work is sub- b. CONTRACTOR certifies that: (i ) ject to payment of any license fee or royalty, there is no increase in cost to the OWNER ; All variations of the proposed substitute and ( ii ) it will conform substantially , even item from that specified will be identified in with deviations , to the detailed requirements the application , and available engineering , of the item named in the Contract sales , maintenance , repair, and Documents . replacement services will be indicated . The application will also contain an itemized esti- 2 . Substitute Items mate of all costs or credits that will result directly or indirectly from use of such a . If in ENGINEER's sole discretion an substitute item , including costs of redesign item of material or equipment proposed by and claims of other contractors affected by CONTRACTOR does not qualify as an any resulting change , all of which will be " or-equal " item under paragraph 6 . 05 . A . 11 it considered by ENGINEER in evaluating the will be considered a proposed substitute proposed substitute item . ENGINEER may item . require CONTRACTOR to furnish additional data about the proposed substitute item . b . CONTRACTOR shall submit suffi- cient information as provided below to allow B . Substitute Construction Methods or Proce- ENGINEER to determine that the item of duress If a specific means , method , technique , se- 00700 - General Conditions REV 5- 10-13 doc 00700 - 20 FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10- 13. doc quence , or procedure of construction is shown or other individual or entity to furnish or perform any of indicated in and expressly required by the Contract the Work against whom CONTRACTOR has reason . Documents , CONTRACTOR may furnish or utilize a able objection . substitute means , method , technique , sequence , or procedure of construction approved by ENGINEER . B . If the Supplementary Conditions require the CONTRACTOR shall submit sufficient information to identity of certain Subcontractors , Suppliers , or other allow ENGINEER , in ENGINEER ' s sole discretion , to individuals or entities to be submitted to OWNER in determine that the substitute proposed is equivalent to advance for acceptance by OWNER by a specified that expressly called for by the Contract Documents , date prior to the Effective Date of the Agreement, and The procedure for review by ENGINEER will be similar if CONTRACTOR has submitted a list thereof in to that provided in subparagraph 6 . 05 . A. 2 . accordance with the Supplementary Conditions , OWNER' s acceptance (either in writing or by failing to C . Engineer's Evaluation : ENGINEER will be make written objection thereto by the date indicated allowed a reasonable time within which to evaluate for acceptance or objection in the Bidding Documents each proposal or submittal made pursuant to para- or the Contract Documents ) of any such Subcon- graphs 6 . 05 .A and 6 . 05 . B . ENGINEER will be the tractor, Supplier, or other individual or entity so sole judge of acceptability. No "or-equal" or substitute identified may be revoked on the basis of reasonable will be ordered , installed or utilized until ENGINEER Is objection after due investigation . CONTRACTOR review is complete, which will be evidenced by either a shall submit an acceptable replacement for the Change Order for a substitute or an approved Shop rejected Subcontractor, Supplier, or other individual or Drawing for an "or equal . " ENGINEER will advise entity, and the Contract Price will be adjusted by the CONTRACTOR in writing of any negative difference in the cost occasioned by such determination , replacement, and an appropriate Change Order will be issued or Written Amendment signed . No acceptance D . Special Guarantee: OWNER may require by OWNER of any such Subcontractor, Supplier, or CONTRACTOR to furnish at CONTRACTOR Is ex- other individual or entity, whether initially or as a pense a special performance guarantee or other replacement, shall constitute a waiver of any right of surety with respect to any substitute . OWNER or ENGINEER to reject defective Work. E . ENGINEER 's Cost Reimbursement: C . CONTRACTOR shall be fully responsible to ENGINEER will record time required by ENGINEER OWNER and ENGINEER for all acts and omissions of and ENGINEER' s Consultants in evaluating substitute the Subcontractors , Suppliers , and other individuals or proposed or submitted by CONTRACTOR pursuant to entities performing or furnishing any of the Work just paragraphs 6 . 05 .A. 2 and 6 . 05 . 13 and in making as CONTRACTOR is responsible for changes in the Contract Documents (or in the CONTRACTOR ' s own acts and omissions . Nothing in provisions of any other direct contract with OWNER the Contract Documents shall create for the benefit of for work on the Project) occasioned thereby. Whether any such Subcontractor, Supplier, or other individual or not ENGINEER approves a substitute item so pro- or entity any contractual relationship between OWNER posed or submitted by CONTRACTOR , CON- or ENGINEER and any such Subcontractor, Supplier TRACTOR shall reimburse OWNER for the charges or other individual or entity, nor shall it create any of ENGINEER and ENGINEER ' s Consultants for obligation on the part of OWNER or ENGINEER to evaluating each such proposed substitute , pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or F . CONTRACTOR 's Expense: CONTRACTOR entity except as may otherwise be required by Laws shall provide all data in support of any proposed and Regulations , substitute or "or-equal" at CONTRACTOR ' s expense . D . CONTRACTOR shall be solely responsible 6 . 06 Concerning Subcontractors, Suppliers, for scheduling and coordinating the Work of Subcon- and Others tractors , Suppliers , and other individuals or entities performing or furnishing any of the Work under a A. CONTRACTOR shall not employ any direct or indirect contract with CONTRACTOR . Subcontractor, Supplier, or other individual or entity ( including those acceptable to OWNER as indicated in E . CONTRACTOR shall require all Subcontrac- paragraph 6 . 06 . B) , whether initially or as a tors , Suppliers , and such other individuals or entities replacement, against whom OWNER may have performing or furnishing any of the Work to commu- reasonable objection . CONTRACTOR shall not be nicate with ENGINEER through CONTRACTOR . required to employ any Subcontractor, Supplier, or 00700 - General Conditions REV 5-10- 13. doc 00700 - 21 F . \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VS Sports Village ) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10- 13. doc F . The divisions and sections of the Specifica- dispute resolution costs ) arising out of or relating to tions and the identifications of any Drawings shall not any infringement of patent rights or copyrights incident control CONTRACTOR in dividing the Work among to the use in the performance of the Work or resulting Subcontractors or Suppliers or delineating the Work to from the incorporation in the Work of any invention , be performed by any specific trade . design , process , product, or device not specified in the Contract Documents . G . All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an 6 . 08 Permits appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds A. Unless otherwise provided in the Supple- the Subcontractor or Supplier to the applicable terms mentary Conditions , CONTRACTOR shall obtain and and conditions of the Contract Documents for the pay for all construction permits and licenses . OWNER benefit of OWNER and ENGINEER . Whenever any shall assist CONTRACTOR , when necessary, in such agreement is with a Subcontractor or Supplier obtaining such permits and licenses . CONTRACTOR who is listed as an additional insured on the property shall pay all governmental charges and inspection insurance provided in paragraph 5 . 06 , the agreement fees necessary for the prosecution of the Work which between the CONTRACTOR and the Subcontractor are applicable at the time of opening of Bids, or, if or Supplier will contain provisions whereby the there are no Bids , on the Effective Date of the Subcontractor or Supplier waives all rights against Agreement. CONTRACTOR shall pay all charges of OWNER , CONTRACTOR , ENGINEER , ENGINEER ' s utility owners for connections to the Work , and Consultants, and all other individuals or entities OWNER shall pay all charges of such utility owners identified in the Supplementary Conditions to be listed for capital costs related thereto , such as plant as insureds or additional insureds (and the officers , investment fees. directors , partners , employees , agents , and other consultants and subcontractors of each and any of 6 . 09 Laws and Regulations them ) for all losses and damages caused by, arising out of, relating to , or resulting from any of the perils or A. CONTRACTOR shall give all notices and causes of loss covered by such policies and any other comply with all Laws and Regulations applicable to the property insurance applicable to the Work . If the performance of the Work . Except where otherwise insurers on any such policies require separate waiver expressly required by applicable Laws and forms to be signed by any Subcontractor or Supplier, Regulations , neither OWNER nor ENGINEER shall be CONTRACTOR will obtain the same , responsible for monitoring CONTRACTOR' s complk ance with any Laws or Regulations. 6 . 07 Patent Fees and Royalties B . If CONTRACTOR performs any Work know- A. CONTRACTOR shall pay all license fees and ing or having reason to know that it is contrary to Laws royalties and assume all costs incident to the use in or Regulations , CONTRACTOR shall bear all claims , the performance of the Work or the incorporation in costs , losses , and damages ( including but not limited the Work of any invention , design , process , product, to all fees and charges of engineers , architects , or device which is the subject of patent rights or attorneys , and other professionals and all court or copyrights held by others . If a particular invention , arbitration or other dispute resolution costs) arising out design , process , product, or device is specified in the of or relating to such Work ; however, it shall not be Contract Documents for use in the performance of the CONTRACTOR ' s primary responsibility to make Work and if to the actual knowledge of OWNER or certain that the Specifications and Drawings are in ENGINEER its use is subject to patent rights or accordance with Laws and Regulations , but this shall copyrights calling for the payment of any license fee or not relieve CONTRACTOR of CONTRACTOR ' s royalty to others , the existence of such rights shall be obligations under paragraph 3 . 03 . disclosed by OWNER in the Contract Documents . To the fullest extent permitted by Laws and Regulations , C . Changes in Laws or Regulations not known at CONTRACTOR shall indemnify and hold harmless the time of opening of Bids (or, on the Effective Date OWNER , ENGINEER , ENGINEER ' s Consultants , and of the Agreement if there were no Bids) having an the officers , directors , partners , employees or agents , effect on the cost or time of performance of the Work and other consultants of each and any of them from may be the subject of an adjustment in Contract Price and against all claims , costs , losses , and damages or Contract Times . If OWNER and CONTRACTOR ( including but not limited to all fees and charges of are unable to agree on entitlement to or on the engineers, architects , attorneys , and other amount or extent, if any , of any such adjustment, a professionals and all court or arbitration or other 00700 - General Conditions REV 5-10-13. doc 00700 - 22 F:\Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)VAdmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10-13. doc Claim may be made therefor as provided in paragraph extent caused by or based upon 10 . 05 . CONTRACTOR' s performance of the Work . 6 . 10 Taxes B . Removal of Debris During Performance of the Work: During the progress of the Work CONTRAC- A. CONTRACTOR shall pay all sales , consum- TOR shall keep the Site and other areas free from er, use , and other similar taxes required to be accumulations of waste materials , rubbish , and other paid by CONTRACTOR in accordance with debris . Removal and disposal of such waste materi- the Laws and Regulations of the place of the als , rubbish , and other debris shall conform to applica- Project which are applicable during the ble Laws and Regulations . performance of the Work . C . Cleaning: Prior to Substantial Completion of B . OWNER qualifies for state and local sales tax the Work CONTRACTOR shall clean the Site and exemption in the purchase of all material and make it ready for utilization by OWNER . At the com- equipment. pletion of the Work CONTRACTOR shall remove from the Site all tools , appliances , construction equipment 6 . 11 Use of Site and Other Areas and machinery, and surplus materials and shall restore to original condition all property not designated A. Limitation on Use of Site and Other Areas for alteration by the Contract Documents , 1 . CONTRACTOR shall confine D . Loading Structures: CONTRACTOR shall not construction equipment, the storage of load nor permit any part of any structure to be loaded materials and equipment, and the operations of in any manner that will endanger the structure , nor workers to the Site and other areas permitted shall CONTRACTOR subject any part of the Work or by Laws and Regulations , and shall not adjacent property to stresses or pressures that will unreasonably encumber the Site and other endanger it. areas with construction equipment or other materials or equipment. CONTRACTOR shall 6 . 12 Record Documents assume full responsibility for any damage to any such land or area , or to the owner or A. CONTRACTOR shall maintain in a safe place occupant thereof, or of any adjacent land or at the Site one record copy of all Drawings , Specifica- areas resulting from the performance of the tions , Addenda , Written Amendments , Change Work , Orders , Work Change Directives , Field Orders , and written interpretations and clarifications in good order 2 . Should any claim be made by any and annotated to show changes made during such owner or occupant because of the construction . These record documents together with performance of the Work , CONTRACTOR shall all approved Samples and a counterpart of all promptly settle with such other parry by approved Shop Drawings will be available to ENGI - negotiation or otherwise resolve the claim by NEER for reference . Upon completion of the Work , arbitration or other dispute resolution these record documents , Samples , and Shop proceeding or at law. Drawings will be delivered to ENGINEER for OWNER . 3 . To the fullest extent permitted by 6 . 13 Safety and Protection Laws and Regulations , CONTRACTOR shall indemnify and hold harmless OWNER , A. CONTRACTOR shall be solely responsible ENGINEER , ENGINEER ' s Consultant, and the for initiating , maintaining and supervising all safety officers , directors, partners , employees , agents , precautions and programs in connection with the and other consultants of each and any of them Work . CONTRACTOR shall take all necessary from and against all claims , costs , losses , and precautions for the safety of, and shall provide the damages ( including but not limited to all fees necessary protection to prevent damage , injury or loss and charges of engineers , architects , attorneys , to : and other professionals and all court or arbitration or other dispute resolution costs) 1 . all persons on the Site or who may arising out of or relating to any claim or action , be affected by the Work ; legal or equitable , brought by any such owner or occupant against OWNER , ENGINEER , or any other parry indemnified hereunder to the 00700 - General Conditions REV 5- 10-13. doc 00700 - 23 F.\Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13. doc 2 . all the Work and materials and equip- 6 . 15 Hazard Communication Programs ment to be incorporated therein , whether in storage on or off the Site ; and A . CONTRACTOR shall be responsible for coordinating any exchange of material safety data 3 . other property at the Site or adjacent sheets or other hazard communication information thereto , including trees , shrubs , lawns , walks , required to be made available to or exchanged be- pavements , roadways , structures , utilities , and tween or among employers at the Site in accordance Underground Facilities not designated for with Laws or Regulations , removal , relocation , or replacement in the course of construction . 6 . 16 Emergencies B . CONTRACTOR shall comply with all applica- A . In emergencies affecting the safety or protec- ble Laws and Regulations relating to the safety of tion of persons or the Work or property at the Site or persons or property, or to the protection of persons or adjacent thereto , CONTRACTOR is obligated to act to property from damage , injury, or loss ; and shall erect prevent threatened damage , injury , or loss . and maintain all necessary safeguards for such safety CONTRACTOR shall give ENGINEER prompt written and protection . CONTRACTOR shall notify owners of notice if CONTRACTOR believes that any significant adjacent property and of Underground Facilities and changes in the Work or variations from the Contract other utility owners when prosecution of the Work may Documents have been caused thereby or are required affect them , and shall cooperate with them in the as a result thereof. If ENGINEER determines that a protection , removal , relocation , and replacement of change in the Contract Documents is required be- their property. All damage, injury , or loss to any cause of the action taken by CONTRACTOR in property referred to in paragraph 6 . 13 . A. 2 or 6 . 13 . A. 3 response to such an emergency, a Work Change caused , directly or indirectly , in whole or in part, by Directive or Change Order will be issued . CONTRACTOR , any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed 6 . 17 Shop Drawings and Samples by any of them to perform any of the Work , or anyone for whose acts any of them may be liable , shall be A. CONTRACTOR shall submit Shop Drawings remedied by CONTRACTOR (except damage or loss to ENGINEER for review and approval in accordance attributable to the fault of Drawings or Specifications with the acceptable schedule of Shop Drawings and or to the acts or omissions of OWNER or ENGINEER Sample submittals . All submittals will be identified as or ENGINEER's Consultant, or anyone employed by ENGINEER may require and in the number of copies any of them , or anyone for whose acts any of them specified in the General Requirements . The data may be liable , and not attributable , directly or shown on the Shop Drawings will be complete with indirectly, in whole or in part, to the fault or negligence respect to quantities , dimensions , specified perfor- of CONTRACTOR or any Subcontractor, Supplier, or mance and design criteria , materials , and similar data other individual or entity directly or indirectly employed to show ENGINEER the services , materials , and by any of them ) . CONTRACTOR ' s duties and equipment CONTRACTOR proposes to provide and responsibilities for safety and for protection of the to enable ENGINEER to review the information for the Work shall continue until such time as all the Work is limited purposes required by paragraph 6 . 17 . E . completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with B . CONTRACTOR shall also submit Samples to paragraph 14 . 07 . 13 that the Work is acceptable ENGINEER for review and approval in accordance (except as otherwise expressly provided in connection with the acceptable schedule of Shop Drawings and with Substantial Completion ) . Sample submittals . Each Sample will be identified clearly as to material , Supplier, pertinent data such as 6 . 14 Safety Representative catalog numbers , and the use for which intended and otherwise as ENGINEER may require to enable ENGI - A. CONTRACTOR shall designate a qualified NEER to review the submittal for the limited purposes and experienced safety representative at the Site required by paragraph 6 . 17 . E . The numbers of each whose duties and responsibilities shall be the Sample to be submitted will be as specified in the prevention of accidents and the maintaining and Specifications . supervising of safety precautions and programs . C . Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI - NEER as required by paragraph 2 . 07 , any related 00700 - General Conditions REV 5- 10- 13 doc 00700 - 24 F \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)VAdmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13. doc Work performed prior to ENGINEER ' s review and accordance with the schedule of Shop approval of the pertinent submittal will be at the sole Drawings and Sample submittals acceptable to expense and responsibility of CONTRACTOR . ENGINEER . ENGINEER ' s review and approval will be only to determine if the items D . Submittal Procedures covered by the submittals will , after installation or incorporation in the Work , conform to the 1 . Before submitting each Shop information given in the Contract Documents Drawing or Sample , CONTRACTOR shall have and be compatible with the design concept of determined and verified : the completed Project as a functioning whole as indicated by the Contract Documents , a , all field measurements , quantities , dimensions , specified performance criteria , 2 . ENGINEER ' s review and approval installation requirements , materials , catalog will not extend to means , methods , techniques , numbers , and similar information with sequences , or procedures of construction respect thereto ; (except where a particular means , method , technique , sequence , or procedure of con- b . all materials with respect to intended struction is specifically and expressly called for use, fabrication , shipping , handling , storage , by the Contract Documents ) or to safety assembly, and installation pertaining to the precautions or programs incident thereto . The performance of the Work ; review and approval of a separate item as such will not indicate approval of the assembly in c. all information relative to means , which the item functions . methods , techniques , sequences , and procedures of construction and safety 3 . ENGINEER's review and approval of precautions and programs incident thereto ; Shop Drawings or Samples shall not relieve and CONTRACTOR from responsibility for any variation from the requirements of the Contract d . CONTRACTOR shall also have Documents unless CONTRACTOR has in reviewed and coordinated each Shop writing called ENGINEER ' s attention to each Drawing or Sample with other Shop such variation at the time of each submittal as Drawings and Samples and with the required by paragraph 6 . 17 . D . 3 and ENGk requirements of the Work and the Contract NEER has given written approval of each such Documents. variation by specific written notation thereof incorporated in or accompanying the Shop 2 . Each submittal shall bear a stamp or Drawing or Sample approval ; nor will any specific written indication that CONTRACTOR approval by ENGINEER relieve CON- has satisfied CONTRACTOR' s obligations TRACTOR from responsibility for complying under the Contract Documents with respect to with the requirements of paragraph 6 , 17 , D . 1 . CONTRACTOR 's review and approval of that submittal . F . Resubmittal Procedures 3 . At the time of each submittal , CON - 1 . CONTRACTOR shall make correc- TRACTOR shall give ENGINEER specific tions required by ENGINEER and shall return written notice of such variations , if any, that the the required number of corrected copies of Shop Drawing or Sample submitted may have Shop Drawings and submit as required new from the requirements of the Contract Samples for review and approval . CON- Documents , such notice to be in a written com- TRACTOR shall direct specific attention in munication separate from the submittal ; and , in writing to revisions other than the corrections addition , shall cause a specific notation to be called for by ENGINEER on previous made on each Shop Drawing and Sample sub- submittals . mitted to ENGINEER for review and approval of each such variation . 6 . 18 Continuing the Work E . ENGINEER 's Review A. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or 1 . ENGINEER will timely review and disagreements with OWNER . No Work shall be approve Shop Drawings and Samples in delayed or postponed pending resolution of any 00700 - General Conditions REV 5- 10-13. doc 00700 - 25 F :%Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Vadmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10-13. doc disputes or disagreements , except as permitted by 6 . 20 Indemnification paragraph 15 . 04 or as OWNER and CONTRACTOR may otherwise agree in writing . A. To the fullest extent permitted by Laws and Regulations , CONTRACTOR shall indemnify and hold 6 . 19 CONTRACTOR 's General Warranty and harmless OWNER , ENGINEER , ENGINEER' s Guarantee Consultants , and the officers , directors , partners , employees , agents , and other consultants and A. CONTRACTOR warrants and guarantees to subcontractors of each and any of them from and OWNER , ENGINEER , and ENGINEER ' s Consultants against all claims , costs , losses , and damages that all Work will be in accordance with the Contract ( including but not limited to all fees and charges of Documents and will not be defective . engineers , architects , attorneys , and other CONTRACTOR ' s warranty and guarantee hereunder professionals and all court or arbitration or other excludes defects or damage caused by: dispute resolution costs) arising out of or relating to the performance of the Work , provided that any such 1 . abuse , modification , or improper claim , cost, loss , or damage : maintenance or operation by persons other than CONTRACTOR , Subcontractors , 1 . is attributable to bodily injury, Suppliers , or any other individual or entity for sickness , disease , or death , or to injury to or whom CONTRACTOR is responsible ; or destruction of tangible property (other than the Work itself) , including the loss of use resulting 2 , normal wear and tear under normal therefrom ; and usage . 2 , is caused in whole or in part by any B . CONTRACTOR' s obligation to perform and negligent act or omission of CONTRACTOR , complete the Work in accordance with the Contract any Subcontractor, any Supplier, or any Documents shall be absolute . None of the following individual or entity directly or indirectly will constitute an acceptance of Work that is not in employed by any of them to perform any of the accordance with the Contract Documents or a release Work or anyone for whose acts any of them of CONTRACTOR ' s obligation to perform the Work in may be liable , regardless of whether or not accordance with the Contract Documents: caused in part by any negligence or omission of an individual or entity indemnified hereunder or 1 . observations by ENGINEER ; whether liability is imposed upon such indemni. fied party by Laws and Regulations regardless 2 , recommendation by ENGINEER or of the negligence of any such individual or payment by OWNER of any progress or final entity . payment; B . In any and all claims against OWNER or 3 , the issuance of a certificate of Sub- ENGINEER or any of their respective consultants , stantial Completion by ENGINEER or any agents , officers , directors , partners , or employees by payment related thereto by OWNER ; any employee (or the survivor or personal representative of such employee) of CONTRACTOR , 4 , use or occupancy of the Work or any any Subcontractor, any Supplier, or any individual or part thereof by OWNER ; entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts 5 , any acceptance by OWNER or any any of them may be liable , the indemnification failure to do so ; obligation under paragraph 6 . 20 . A shall not be limited in any way by any limitation on the amount or type of 6 , any review and approval of a Shop damages , compensation , or benefits payable by or for Drawing or Sample submittal or the issuance of CONTRACTOR or any such Subcontractor, Supplier, a notice of acceptability by ENGINEER ; or other individual or entity under workers' compen . sation acts , disability benefit acts , or other employee 7 . any inspection , test, or approval by benefit acts . others ; or C . The indemnification obligations of CON . 8 , any correction of defective Work by TRACTOR under paragraph 6 . 20 . A shall not extend to OWNER , the liability of ENGINEER and ENGINEER's Consultants or to the officers , directors , partners , 00700 - General Conditions REV 5-10-13. doc 00700 - 26 F , \Public Works\ENGINEER ING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10-13. doc employees , agents , and other consultants and comparable provisions for the benefit of subcontractors of each and any of them arising out of: CONTRACTOR in said direct contracts between OWNER and such utility owners and other 1 . the preparation or approval of, or the contractors , failure to prepare or approve , maps , Drawings , opinions , reports , surveys , Change Orders , C . If the proper execution or results of any part of designs , or Specifications ; or CONTRACTOR ' s Work depends upon work per- formed by others under this Article 7 , CONTRACTOR 2 , giving directions or instructions , or shall inspect such other work and promptly report to failing to give them , if that is the primary cause ENGINEER in writing any delays , defects , or deficien- of the injury or damage . cies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR 's Work . CONTRACTOR ' s failure to ARTICLE 7 - OTHER WORK so report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR ' s Work except for latent defects and 7 . 01 Related Work at Site deficiencies in such other work . A. OWNER may perform other work related to 7 . 02 Coordination the Project at the Site by OWNER ' s employees , or let other direct contracts therefor, or have other work A. If OWNER intends to contract with others for performed by utility owners. If such other work is not the performance of other work on the Project at the noted in the Contract Documents , then : Site, the following will be set forth in Supplementary Conditions : 1 . written notice thereof will be given to CONTRACTOR prior to starting any such other 1 , the individual or entity who will have work ; and authority and responsibility for coordination of the activities among the various contractors will 2 . if OWNER and CONTRACTOR are be identified ; unable to agree on entitlement to or on the amount or extent, if any , of any adjustment in 2 , the specific matters to be covered by the Contract Price or Contract Times that such authority and responsibility will be should be allowed as a result of such other itemized ; and work , a Claim may be made therefor as provided in paragraph 10 . 05 . 3 , the extent of such authority and responsibilities will be provided . B . CONTRACTOR shall afford each other contractor who is a party to such a direct contract and B . Unless otherwise provided in the each utility owner ( and OWNER , if OWNER is per,,, Supplementary Conditions , OWNER shall have sole forming the other work with OWNER's employees) authority and responsibility for such coordination , proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such ARTICLE 8 - OWNER ' S RESPONSIBILITIES other work and shall properly coordinate the Work with theirs . Unless otherwise provided in the Contract Documents , CONTRACTOR shall do all cutting , 8 . 01 Communications to Contractor fitting , and patching of the Work that may be required to properly connect or otherwise make its several A. Except as otherwise provided in these parts come together and properly integrate with such General Conditions , OWNER shall issue all communi- other work. CONTRACTOR shall not endanger any cations to CONTRACTOR through ENGINEER . work of others by cutting , excavating , or otherwise altering their work and will only cut or alter their work 8 . 02 Replacement of ENGINEER with the written consent of ENGINEER and the others whose work will be affected . The duties and A. In case of termination of the employment of responsibilities of CONTRACTOR under this ENGINEER , OWNER shall appoint an engineer to paragraph are for the benefit of such utility owners and whom CONTRACTOR makes no reasonable other contractors to the extent that there are 00700 - General Conditions REV 5- 10-13.doc 00700 - 27 F' \Public Works\ENGINEERING DIVISION PROJECTS\ 1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations )\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13. doc objection , whose status under the Contract Documents shall be that of the former ENGINEER . 8 . 10 Undisclosed Hazardous Environmental Condition 8 . 03 Furnish Data A. OWNER ' s responsibility in respect to an A. OWNER shall promptly furnish the data undisclosed Hazardous Environmental Condition is required of OWNER under the Contract Documents . set forth in paragraph 4 . 06 . 8 . 04 Pay Promptly When Due 8 . 11 Evidence of Financial Arrangements A. OWNER shall make payments to CONTRAC- A. If and to the extent OWNER has agreed to TOR promptly when they are due as provided in furnish CONTRACTOR reasonable evidence that paragraphs 14 . 02 . 0 and 14 . 07 . C . financial arrangements have been made to satisfy OWNER ' s obligations under the Contract Documents , 8 . 05 Lands and Easements; Reports and Tests OWNER ' s responsibility in respect thereof will be as set forth in the Supplementary Conditions . A. OWNER ' s duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs ARTICLE 9 - ENGINEER ' S STATUS DURING 4 . 01 and 4 . 05 . Paragraph 4 . 02 refers to OWNER ' s CONSTRUCTION identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions and drawings of physical 9 . 01 OWNER 'S Representative conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that A. ENGINEER will be OWNER ' s representative have been utilized by ENGINEER in preparing the during the construction period . The duties and Contract Documents . responsibilities and the limitations of authority of ENGINEER as OWNER's representative during 8 . 06 Insurance construction are set forth in the Contract Documents and will not be changed without written consent of A. OWNER ' s responsibilities , if any, in respect to OWNER and ENGINEER . purchasing and maintaining liability and property insur- ance are set forth in Article 5 . 9 . 02 Visits to Site 8 . 07 Change Orders A. ENGINEER will make visits to the Site at intervals appropriate to the various stages of construc- A. OWNER is obligated to execute Change tion as ENGINEER deems necessary in order to Orders as indicated in paragraph 10 . 03 , observe as an experienced and qualified design professional the progress that has been made and the 8 . 08 Inspections, Tests, and Approvals quality of the various aspects of CONTRACTOR' s executed Work. Based on information obtained A. OWNER ' s responsibility in respect to certain during such visits and observations , ENGINEER , for inspections, tests , and approvals is set forth in the benefit of OWNER , will determine , in general , if paragraph 13 . 03 . B . the Work is proceeding in accordance with the Con - tract Documents . ENGINEER will not be required to 8 . 09 Limitations on OWNER 's Responsibilities make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work . A. The OWNER shall not supervise , direct, or ENGINEER ' s efforts will be directed toward providing have control or authority over, nor be responsible for, for OWNER a greater degree of confidence that the CONTRACTOR ' s means , methods , techniques , se- completed Work will conform generally to the Contract quences , or procedures of construction , or the safety Documents . On the basis of such visits and precautions and programs incident thereto , or for any observations , ENGINEER will keep OWNER informed failure of CONTRACTOR to comply with Laws and of the progress of the Work and will endeavor to guard Regulations applicable to the performance of the OWNER against defective Work . Work . OWNER will not be responsible for CONTRACTOR ' s failure to perform the Work in B . ENGINEER ' s visits and observations are accordance with the Contract Documents . subject to all the limitations on ENGINEER ' s authority 00700 - General Conditions REV 5- 10- 13 doc 00700 - 28 FAPublic Works\ENGINEERING DIVISION PROJECTS\ 1 341 -Historic Dodgenown (fka VB Sports Village) Room Renovations)b4dmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13 . doc and responsibility set forth in paragraph 9 . 10 , and to agree on entitlement to or on the amount or extent, particularly , but without limitation , during or as a result if any , of any adjustment in the Contract Price or of ENGINEER' s visits or observations of Contract Times , or both , as a result of a Field Order, CONTRACTOR' s Work ENGINEER will not a Claim may be made therefor as provided in supervise , direct, control , or have authority over or be paragraph 10 . 05 . responsible for CONTRACTOR ' s means , methods , techniques , sequences , or procedures of construction , 9 . 06 Rejecting Defective Work or the safety precautions and programs incident thereto , or for any failure of CONTRACTOR to comply A. ENGINEER will have authority to disapprove with Laws and Regulations applicable to the or reject Work which ENGINEER believes to be performance of the Work . defective , or that ENGINEER believes will not produce a completed Project that conforms to the Contract 9 . 03 Project Representative Documents or that will prejudice the integrity of the design concept of the completed Project as a A. If OWNER and ENGINEER agree , ENGI . functioning whole as indicated by the Contract NEER will furnish a Resident Project Representative Documents . ENGINEER will also have authority to to assist ENGINEER in providing more extensive require special inspection or testing of the Work as observation of the Work . The responsibilities and provided in paragraph 13 . 04 , whether or not the Work authority and limitations thereon of any such Resident is fabricated , installed , or completed . Project Representative and assistants will be as provided in paragraph 9 . 10 and in the Supplementary 9 . 07 Shop Drawings, Change Orders and Conditions . If OWNER designates another represen - Payments tative or agent to represent OWNER at the Site who is not ENGINEER's Consultant, agent or employee , the A. In connection with ENGINEER ' s authority as responsibilities and authority and limitations thereon of to Shop Drawings and Samples , see paragraph 6 . 17 , such other individual or entity will be as provided in the Supplementary Conditions . B . In connection with ENGINEER ' s authority as to Change Orders , see Articles 101 11 , and 12 . 9 . 04 Clarifications and Interpretations C . In connection with ENGINEER 's authority as A. ENGINEER will issue with reasonable to Applications for Payment, see Article 14 . promptness such written clarifications or interpreta- tions of the requirements of the Contract Documents 9 . 08 Determinations for Unit Price Work as ENGINEER may determine necessary , which shall be consistent with the intent of and reasonably A. ENGINEER will determine the actual quantk inferable from the Contract Documents . Such written ties and classifications of Unit Price Work performed clarifications and interpretations will be binding on by CONTRACTOR. ENGINEER will review with OWNER and CONTRACTOR . If OWNER and CON - CONTRACTOR the ENGINEER' s preliminary TRACTOR are unable to agree on entitlement to or on determinations on such matters before rendering a the amount or extent, if any, of any adjustment in the written decision thereon ( by recommendation of an Contract Price or Contract Times , or both , that should Application for Payment or otherwise) . ENGINEER's be allowed as a result of a written clarification or written decision thereon will be final and binding interpretation , a Claim may be made therefor as ( except as modified by ENGINEER to reflect changed provided in paragraph 10 . 05 . factual conditions or more accurate data) upon OWNER and CONTRACTOR , subject to the 9 . 05 Authorized Variations in Work provisions of paragraph 10 . 05 . A. ENGINEER may authorize minor variations in 9 . 09 Decisions on Requirements of Contract the Work from the requirements of the Contract Documents and Acceptability of Work Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatk A. ENGINEER will be the initial interpreter of the ble with the design concept of the completed Project requirements of the Contract Documents and judge of as a functioning whole as indicated by the Contract the acceptability of the Work thereunder. Claims , Documents . These may be accomplished by a Field disputes and other matters relating to the acceptability Order and will be binding on OWNER and also on of the Work , the quantities and classifications of Unit CONTRACTOR , who shall perform the Work involved Price Work , the interpretation of the requirements of promptly . If OWNER and CONTRACTOR are unable the Contract Documents pertaining to the 00700 - General Conditions REV 5- 10-13. doc 00700 - 29 F \Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Hdmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13 . doc performance of the Work , and Claims seeking and approvals , and other documentation required to changes in the Contract Price or Contract Times will be delivered by paragraph 14 . 07 . A will only be to be referred initially to ENGINEER in writing , in determine generally that their content complies with accordance with the provisions of paragraph 10 . 05 , the requirements of, and in the case of certificates of with a request for a formal decision . inspections , tests , and approvals that the results certified indicate compliance with , the Contract B . When functioning as interpreter and judge Documents . under this paragraph 9 . 09 , ENGINEER will not show partiality to OWNER or CONTRACTOR and will not E . The limitations upon authority and responsibil- be liable in connection with any interpretation or ity set forth in this paragraph 9 . 10 shall also apply to decision rendered in good faith in such capacity . The ENGINEER ' s Consultants , Resident Project Repre- rendering of a decision by ENGINEER pursuant to this sentative, and assistants . paragraph 9 . 09 with respect to any such Claim , dispute , or other matter (except any which have been ARTICLE 10 - CHANGES IN THE WORK; CLAIMS waived by the making or acceptance of final payment as provided in paragraph 14 . 07 ) will be a condition precedent to any exercise by OWNER or 10 . 01 Authorized Changes in the Work CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or A . Without invalidating the Agreement and by Laws or Regulations in respect of any such Claim , without notice to any surety, OWNER may, at any time dispute , or other matter, or from time to time , order additions , deletions, or revisions in the Work by a Written Amendment, a 9 . 10 Limitations on ENGINEER 's Authority and Change Order, or a Work Change Directive , Upon Responsibilities receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be A. Neither ENGINEER ' s authority or respon- performed under the applicable conditions of the sibility under this Article 9 or under any other provision Contract Documents (except as otherwise specifically of the Contract Documents nor any decision made by provided ) . ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the B . If OWNER and CONTRACTOR are unable to undertaking , exercise , or performance of any authority agree on entitlement to , or on the amount or extent, if or responsibility by ENGINEER shall create , impose , any, of an adjustment in the Contract Price or Contract or give rise to any duty in contract, tort, or otherwise Times , or both , that should be allowed as a result of a owed by ENGINEER to CONTRACTOR , any Subcon - Work Change Directive , a Claim may be made tractor, any Supplier, any other individual or entity, or therefor as provided in paragraph 10 . 05 . to any surety for or employee or agent of any of them . 10 . 02 Unauthorized Changes in the Work B . ENGINEER will not supervise , direct, control , or have authority over or be responsible for A. CONTRACTOR shall not be entitled to an CONTRACTOR ' s means , methods , techniques , se- increase in the Contract Price or an extension of the quences , or procedures of construction , or the safety Contract Times with respect to any work performed precautions and programs incident thereto , or for any that is not required by the Contract Documents as failure of CONTRACTOR to comply with Laws and amended , modified , or supplemented as provided in Regulations applicable to the performance of the paragraph 3 . 04 , except in the case of an emergency Work. ENGINEER will not be responsible for as provided in paragraph 6 . 16 or in the case of CONTRACTOR ' s failure to perform the Work in uncovering Work as provided in paragraph 13 . 04 . 13 , accordance with the Contract Documents . 10 . 03 Execution of Change Orders C . ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any A . OWNER and CONTRACTOR shall execute Subcontractor, any Supplier, or of any other individual appropriate Change Orders recommended by ENGk or entity performing any of the Work. NEER ( or Written Amendments ) covering : D . ENGINEER ' s review of the final Application 1 . changes in the Work which are : ( i ) for Payment and accompanying documentation and all ordered by OWNER pursuant to paragraph maintenance and operating instructions , schedules , 10 . 01 . A, ( ii ) required because of acceptance of guarantees , Bonds , certificates of inspection , tests defective Work under paragraph 13 . 08 . A or 00700 - General Conditions REV 5- 10- 13.doc 00700 - 30 F'. \Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations )Wdmm\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10-13. doc OWNER ' s correction of defective Work under ENGINEER and the claimant within 30 days after paragraph 13 . 09 , or ( iii ) agreed to by the receipt of the claimant' s last submittal ( unless parties ; ENGINEER allows additional time) . 2 , changes in the Contract Price or B . ENGINEER 's Decision: ENGINEER will Contract Times which are agreed to by the render a formal decision in writing within 30 days after parties , including any undisputed sum or receipt of the last submittal of the claimant or the last amount of time for Work actually performed in submittal of the opposing party , if any . ENGINEER ' s accordance with a Work Change Directive ; and written decision on such Claim , dispute , or other matter will be final and binding upon OWNER and 3 , changes in the Contract Price or CONTRACTOR unless : Contract Times which embody the substance of any written decision rendered by ENGINEER 1 . an appeal from ENGINEER 's pursuant to paragraph 10 . 05 ; provided that, in decision is taken within the time limits and in lieu of executing any such Change Order, an accordance with the dispute resolution appeal may be taken from any such decision in procedures set forth in Article 16 ; or accordance with the provisions of the Contract Documents and applicable Laws and Regula- 2 , if no such dispute resolution tions , but during any such appeal , procedures have been set forth in Article 16 , a CONTRACTOR shall carry on the Work and written notice of intention to appeal from adhere to the progress schedule as provided in ENGINEER 's written decision is delivered by paragraph 6 . 18 . A. OWNER or CONTRACTOR to the other and to ENGINEER within 30 days after the date of 10 . 04 Notification to Surety such decision , and a formal proceeding is instituted by the appealing party in a forum of A. If notice of any change affecting the general competent jurisdiction within 60 days after the scope of the Work or the provisions of the Contract date of such decision or within 60 days after Documents ( including , but not limited to , Contract Substantial Completion , whichever is later Price or Contract Times ) is required by the provisions ( unless otherwise agreed in writing by OWNER of any Bond to be given to a surety , the giving of any and CONTRACTOR) , to exercise such rights or such notice will be CONTRACTOR 's responsibility. remedies as the appealing party may have with The amount of each applicable Bond will be adjusted respect to such Claim , dispute , or other matter to reflect the effect of any such change . in accordance with applicable Laws and Regulations . 10 . 05 Claims and Disputes C . If ENGINEER does not render a formal A. Notice: Written notice stating the general decision in writing within the time stated in paragraph nature of each Claim , dispute, or other matter shall be 10 . 05 . 6 , a decision denying the Claim in its entirety delivered by the claimant to ENGINEER and the other shall be deemed to have been issued 31 days after party to the Contract promptly ( but in no event later receipt of the last submittal of the claimant or the last than 30 days) after the start of the event giving rise submittal of the opposing party , if any. thereto . Notice of the amount or extent of the Claim , dispute , or other matter with supporting data shall be D . No Claim for an adjustment in Contract Price delivered to the ENGINEER and the other party to the or Contract Times (or Milestones) will be valid if not Contract within 60 days after the start of such event submitted in accordance with this paragraph 10 . 05 . ( unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such Claim , dispute , or other matter) . A Claim for ARTICLE 11 - COST OF THE WORK ; CASH an adjustment in Contract Price shall be prepared in ALLOWANCES , UNIT PRICE WORK accordance with the provisions of paragraph 12 . 01 . 6 . A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of 11 . 01 Cost of the Work paragraph 12 . 02 . B . Each Claim shall be accom - panied by claimant's written statement that the adjust- A. Costs Included: The term Cost of the Work ment claimed is the entire adjustment to which the means the sum of all costs necessarily incurred and claimant believes it is entitled as a result of said event, paid by CONTRACTOR in the proper performance of The opposing party shall submit any response to the Work . When the value of any Work covered by a 00700 - General Conditions REV 5-10-13. doc 00700 - 31 F: \Public Works\ENGINEERING DIVISION PROJECTS\ 1 Sat -Historic Dodgertown (fka VB Sports Village ) Room Renovations)Mmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13. doc Change Order or when a Claim for an adjustment in advice of ENGINEER , which bids , if any , will be Contract Price is determined on the basis of Cost of acceptable . If any subcontract provides that the the Work , the costs to be reimbursed to Subcontractor is to be paid on the basis of Cost CONTRACTOR will be only those additional or of the Work plus a fee , the Subcontractor' s incremental costs required because of the change in Cost of the Work and fee shall be determined the Work or because of the event giving rise to the in the same manner as CONTRACTOR ' s Cost Claim . Except as otherwise may be agreed to in of the Work and fee as provided in this para- writing by OWNER , such costs shall be in amounts no graph 11 . 01 . higher than those prevailing in the locality of the Project, shall include only the following items , and 4 . Costs of special consultants shall not include any of the costs itemized in para- ( including but not limited to engineers , graph 11 . 01 . 6 . architects , testing laboratories , surveyors , attorneys , and accountants) employed for a DeVrgll spsts fgr emplg„ees in the services specifically related to the Work, mr-r-r nGeG.f the \ Alert YRder SIGhed „ les of i „ " 5 . Supplemental costs including the GlassifiGations agreed UPOR by OWNER and following : w+t"„�:�limitation superiatendeats , fereMeR, a . The proportion of necessary trans- end ether persgnnel emplg, red full time at the portation , travel , and subsistence expenses of Situze Pa;;YFGII GGStS for employees not employed CONTRACTOR' s employees incurred in dis- charge of duties connected with the Work . L� t� VC7siv of their time_spent on the WArk Payroll Gests shall indlude , but F; Gt be limited , b . Cost, including transportation and saI.;;ir-i'rec5op�rtd wagesplus the ^gst of fringe maintenance , of all materials , supplies , equip- ment, machinery, appliances , office , and Icer titers , !Gymentl excise , and temporary facilities at the Site , and hand tools payroll taxes , wc)FkeF6' GOMpeRsatiOR , health not owned by the workers, which are consumed and retirereaeaefi#s ; ases, qi '�,� '�� in the performance of the Work , and cost, less market value , of such items used but not con- The expenses of perfgrming VVGrk outside gf sumed which remain the property of CON - Fegular wGFk* ng heuFs , on Saturday, Sunday, GF legal shall be iRGIYded an the ab . . . tv the extent author 0zed by OWNER . c. Rentals of all construction equip- ment and machinery , and the parts thereof 2 . Cost of all materials and equipment whether rented from CONTRACTOR or others furnished and incorporated in the Work , includ - in accordance with rental agreements approved ing costs of transportation and storage thereof, by OWNER with the advice of ENGINEER , and and Suppliers' field services required in the costs of transportation , loading , unloading , connection therewith . All cash discounts shall assembly , dismantling , and removal thereof. accrue to CONTRACTOR unless OWNER All such costs shall be in accordance with the deposits funds with CONTRACTOR with which terms of said rental agreements . The rental of to make payments , in which case the cash any such equipment, machinery , or parts shall discounts shall accrue to OWNER . All trade cease when the use thereof is no longer discounts , rebates and refunds and returns necessary for the Work . from sale of surplus materials and equipment shall accrue to OWNER , and CONTRACTOR d . Sales , consumer, use , and other shall make provisions so that they may be similar taxes related to the Work , and for which obtained . CONTRACTOR is liable , imposed by Laws and Regulations . 3 . Payments made by CONTRACTOR to Subcontractors for Work performed by e . Deposits lost for causes other than Subcontractors . If required by OWNER , CON - negligence of CONTRACTOR , any Sub- TRACTOR shall obtain competitive bids from contractor, or anyone directly or indirectly subcontractors acceptable to OWNER and employed by any of them or for whose acts any CONTRACTOR and shall deliver such bids to of them may be liable, and royalty payments OWNER , who will then determine , with the and fees for permits and licenses . 00700 - General Conditions REV 5- 10- 13 doc 00700 - 32 F. \Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations )VAdmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10-13 doc writing to CONTRACTOR and ENGINEER which will will be paid to CONTRACTOR . If such claims , costs , fix the date on which Work will be resumed . CON - losses , and damages exceed such unpaid balance , TRACTOR shall resume the Work on the date so CONTRACTOR shall pay the difference to OWNER . fixed . Such claims , costs , losses , and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and , when so approved by suspeRS OR ENGINEER , incorporated in a Change Order. When exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the 15 . 02 OWNER May Terminate for Cause lowest price for the Work performed . A. The occurrence of any one or more of the C . Where CONTRACTOR ' s services have been following events will justify termination for cause : so terminated by OWNER , the termination will not affect any rights or remedies of OWNER against 1 . CONTRACTOR ' s persistent failure CONTRACTOR then existing or which may thereafter to perform the Work in accordance with the accrue . Any retention or payment of moneys due Contract Documents ( including , but not limited CONTRACTOR by OWNER will not release CON - to , failure to supply sufficient skilled workers or TRACTOR from liability. suitable materials or equipment or failure to adhere to the progress schedule established 15 . 03 OWNER May Terminate For Convenience under paragraph 2 . 07 as adjusted from time to time pursuant to paragraph 6 . 04 ) ; A. Upon seven days written notice to COW TRACTOR and ENGINEER , OWNER may, without 2 . CONTRACTOR ' s disregard of Laws cause and without prejudice to any other right or or Regulations of any public body having remedy of OWNER , elect to terminate the Contract. jurisdiction ; In such case , CONTRACTOR shall be paid (without duplication of any items) : 3 . CONTRACTOR's disregard of the authority of ENGINEER ; or 1 . for completed and acceptable Work executed in accordance with the Contract 4 . CONTRACTOR ' s violation in any Documents prior to the effective date of substantial way of any provisions of the termination , including fair and reasonable sums Contract Documents . for overhead and profit on such Work ; B . If one or more of the events identified in 20 for expenses sustained prior to the paragraph 15 . 02 .A occur, OWNER may , after giving effective date of termination in performing CONTRACTOR (and the surety, if any) seven days services and furnishing labor, materials , or written notice , terminate the services of equipment as required by the Contract CONTRACTOR , exclude CONTRACTOR from the Documents in connection with uncompleted Site , and take possession of the Work and of all Work , plus fair and reasonable sums for CONTRACTOR ' s tools , appliances , construction overhead and profit on such expenses , equipment, and machinery at the Site , and use the same to the full extent they could be used by 3 , for all claims , costs , losses , and CONTRACTOR (without liability to CONTRACTOR for damages ( including but not limited to all fees trespass or conversion ) , incorporate in the Work all and charges of engineers , architects , attorneys , materials and equipment stored at the Site or for and other professionals and all court or which OWNER has paid CONTRACTOR but which arbitration or other dispute resolution costs ) in- are stored elsewhere , and finish the Work as OWNER curred in settlement of terminated contracts may deem expedient. In such case , CONTRACTOR with Subcontractors , Suppliers , and others , and shall not be entitled to receive any further payment until the Work is finished . If the unpaid balance of the 4 , for reasonable expenses directly Contract Price exceeds all claims , costs , losses , and attributable to termination . damages ( including but not limited to all fees and charges of engineers , architects , attorneys , and other B . CONTRACTOR shall not be paid on account professionals and all court or arbitration or other of loss of anticipated profits or revenue or other eco- dispute resolution costs ) sustained by OWNER arising nomic loss arising out of or resulting from such out of or relating to completing the Work , such excess termination . 00700 - General Conditions REV 5- 10 13. doc 00700 - 43 F \Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations )\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV ; 10-13. doc person to the individual or to a member of the firm or 15 . 04 CONTRACTOR May Stop Work or to an officer of the corporation for whom it is intended , Terminate or if delivered at or sent by registered or certified mail , postage prepaid , to the last business address known A. If, through no act or fault of CONTRACTOR , to the giver of the notice . the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other 17 . 02 Computation of Times public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is A. When any period of time is referred to in the submitted , Contract Documents by days , it will be computed to TRACTOR any sum fiRally deterrniRed to be due. , then exclude the first and include the last day of such CONTRACTOR may , upon seven days written notice period . If the last day of any such period falls on a to OWNER and ENGINEER , and provided OWNER Saturday or Sunday or on a day made a legal holiday or ENGINEER do not remedy such suspension or by the law of the applicable jurisdiction , such day will failure within that time , terminate the Contract and be omitted from the computation . recover from OWNER payment on the same terms as provided in paragraph 15 . 03 . In lieu of terminating the 17 . 03 Cumulative Remedies Contract and without prejudice to any other right or remedy , if ENGINEER has failed to act on an A. The duties and obligations imposed by these Application for Payment within 30 days after it is General Conditions and the rights and remedies avail- submitted , able hereunder to the parties hereto are in addition to , GONTRAGTOR any surn finally determined to be due , and are not to be construed in any way as a limitation CONTRACTOR may , seven days after written notice of, any rights and remedies available to any or all of to OWNER and ENGINEER , stop the Work until them which are otherwise imposed or available by payment is made of all such amounts due Laws or Regulations , by special warranty or CONTRACTOR , including interest thereon . The guarantee , or by other provisions of the Contract provisions of this paragraph 15 . 04 are not intended to Documents , and the provisions of this paragraph will preclude CONTRACTOR from making a Claim under be as effective as if repeated specifically in the paragraph 10 . 05 for an adjustment in Contract Price Contract Documents in connection with each or Contract Times or otherwise for expenses or particular duty, obligation , right, and remedy to which damage directly attributable to CONTRACTOR ' s they apply , stopping the Work as permitted by this paragraph . 17 . 04 Survival of Obligations ARTICLE 16 - DISPUTE RESOLUTION A. All representations , indemnifications , warran- ties , and guarantees made in , required by , or given in accordance with the Contract Documents , as well as 16 . 01 Methods and Procedures all continuing obligations indicated in the Contract Documents , will survive final payment, completion , A. Dispute resolution methods and procedures , if and acceptance of the Work or termination or comple- any, shall be as set forth in the Supplementary tion of the Agreement. Conditions . If no method and procedure has been set forth , and subject to the provisions of paragraphs 9 . 09 17 . 05 Controlling Law and 10 . 05 , OWNER and CONTRACTOR may exercise such rights or remedies as either may A. This Contract is to be governed by the law of the otherwise have under the Contract Documents or by state in which the Project is located . Laws or Regulations in respect of any dispute . ARTICLE 17 - MISCELLANEOUS 17 . 01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice , it will be deemed to have been validly given if delivered in 00700 - General Conditions REV 5 10-13 doe 00700 - 44 F:\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village ) Room Renovations )Vadmin\bid documents\Master Contract DocsWasier Contract Documents\00700 - General Conditions REV 5- 10- 13. doc discounts ) of materials and equipment required additional expense or OWNER believes that by the allowances to be delivered at the Site , OWNER is entitled to a decrease in Contract and all applicable taxes ; and Price and the parties are unable to agree as to the amount of any such increase or decrease . 2 . CONTRACTOR ' s costs for unloading and handling on the Site , labor, installation costs , overhead , profit, and other expenses ARTICLE 12 - CHANGE OF CONTRACT PRICE , contemplated for the allowances have been CHANGE OF CONTRACT TIMES included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will 12 . 01 Change of Contract Price be valid . A. The Contract Price may only be changed by a B . Prior to final payment, an appropriate Change Change Order or by a Written Amendment. Any Order will be issued as recommended by ENGINEER Claim for an adjustment in the Contract Price shall be to reflect actual amounts due CONTRACTOR on based on written notice submitted by the party making account of Work covered by allowances , and the Con- the Claim to the ENGINEER and the other party to the tract Price shall be correspondingly adjusted . Contract in accordance with the provisions of para. 11 . 03 Unit Price Work graph 10 . 05 . B . The value of any Work covered by a Change A. Where the Contract Documents provide that Order or of any Claim for an adjustment in the all or part of the Work is to be Unit Price Work, initially Contract Price will be determined as follows : the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the 19 where the Work involved is covered unit price for each separately identified item of Unit by unit prices contained in the Contract Price Work times the estimated quantity of each item Documents , by application of such unit prices to as indicated in the Agreement. The estimated the quantities of the items involved (subject to quantities of items of Unit Price Work are not guaran - the provisions of paragraph 11 . 03 ) ; or teed and are solely for the purpose of comparison of Bids and determining an initial Contract Price, Deter- 2 * where the Work involved is not cov- minations of the actual quantities and classifications of ered by unit prices contained in the Contract Unit Price Work performed by CONTRACTOR will be Documents , by a mutually agreed lump sum made by ENGINEER subject to the provisions of (which may include an allowance for overhead paragraph 9 . 08 , and profit not necessarily in accordance with B . Each unit price will be deemed to include an paragraph 12 . 01 . C . 2 ) ; or amount considered by CONTRACTOR to be ade- 3 * where the Work involved is not cov- quate to cover CONTRACTOR's overhead and profit ered by unit prices contained in the Contract for each separately identified item . Documents and agreement to a lump sum is not reached under paragraph 12 . 01 . 13 . 2 , on the C . OWNER or CONTRACTOR may make a basis of the Cost of the Work (determined as Claim for an adjustment in the Contract Price in accor- provided in paragraph 11 . 01 ) plus a dance with paragraph 10 . 05 if: CONTRACTOR 's fee for overhead and profit 1 , the quantity of any item of Unit Price (determined as provided in paragraph 12 . 01 . C ) . Work performed by CONTRACTOR differs C . CONTRACTOR 's Fee: The materially and significantly from the estimated CONTRACTOR ' s fee for overhead and profit shall be quantity of such item indicated in the determined as follows : Agreement ; and 2 , there is no corresponding adjustment 1 , a mutually acceptable fixed fee ; or with respect any other item of Work ; and 2 , if a fixed fee is not agreed upon , then a fee based on the following percentages of the 3 . if CONTRACTOR believes that various portions of the Cost of the Work: CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred 00700 34 00700 . General Conditions REV 5- 10 13. doc - F . \Public Works\ENGINEERING DIVISION PROJECTS\ 1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract DocsWaster Contract Documents\00700 - General Conditions REV 5- 10-13. doc a . for costs incurred under para. 12 . 03 Delays Beyond CONTRACTOR 's Control graphs 11 . 01 . AA and 11 . 01 . A. 2 , the CONTRACTOR ' s fee shall be 15 percent, A . Where CONTRACTOR is prevented from completing any part of the Work within the Contract b , for costs incurred under paragraph Times (or Milestones) due to delay beyond the control 11 . 01 . A. 3 , the CONTRACTOR ' s fee shall of CONTRACTOR , the Contract Times (or be five percent, Milestones) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor C, where one or more tiers of subcon- as provided in paragraph 12 . 02 . A. Delays beyond the tracts are on the basis of Cost of the Work control of CONTRACTOR shall include , but not be plus a fee and no fixed fee is agreed upon , limited to, acts or neglect by OWNER , acts or neglect the intent of paragraph 12 . 01 . C . 2 . a is that of utility owners or other contractors performing other the Subcontractor who actually performs work as contemplated by Article 7 , fires , floods , the Work , at whatever tier, will be paid a fee epidemics , abnormal weather conditions , or acts of of 15 percent of the costs incurred by such God . Subcontractor under paragraphs 11 . 01 . A. 1 and 11 . 01 . A. 2 and that any higher tier 12 . 04 Delays Within CONTRACTOR 's Control Subcontractor and CONTRACTOR will each be paid a fee of five percent of the A. The Contract Times (or Milestones ) will not be amount paid to the next lower tier Subcon- extended due to delays within the control of tractor; CONTRACTOR . Delays attributable to and within the control of a Subcontractor or Supplier shall be d . no fee shall be payable on the deemed to be delays within the control of CONTRAC- basis of costs itemized under paragraphs TOR . 11 . 01 . A. 4 , 11 . 01 . A. 5 , and 11 . 013 ; 12 . 05 Delays Beyond OWNER 's and e. the amount of credit to be allowed CONTRACTOR 's Control by CONTRACTOR to OWNER for any change which results in a net decrease in A. Where CONTRACTOR is prevented from cost will be the amount of the actual net completing any part of the Work within the Contract decrease in cost plus a deduction in Times (or Milestones) due to delay beyond the control CONTRACTOR 's fee by an amount equal of both OWNER and CONTRACTOR , an extension of to five percent of such net decrease; and the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be f. when both additions and credits are CONTRACTOR ' s sole and exclusive remedy for such involved in any one change , the adjustment delay. in CONTRACTOR 's fee shall be computed on the basis of the net change in 12 . 06 Delay Damages accordance with paragraphs 12 . 01 . C . 2 . a through 12 . 01 . C . 2 . e , inclusive . A. In no event shall OWNER or ENGINEER be liable to CONTRACTOR , any Subcontractor, any 12 . 02 Change of Contract Times Supplier, or any other person or organization , or to any surety for or employee or agent of any of them , for A. The Contract Times (or Milestones ) may only damages arising out of or resulting from : be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the 1 , delays caused by or within the control Contract Times (or Milestones) shall be based on of CONTRACTOR ; or written notice submitted by the party making the claim to the ENGINEER and the other party to the Contract 2 , delays beyond the control of both in accordance with the provisions of paragraph 10 . 05 . OWNER and CONTRACTOR including but not limited to fires , floods , epidemics , abnormal B . Any adjustment of the Contract Times (or weather conditions , acts of God , or acts or Milestones) covered by a Change Order or of any neglect by utility owners or other contractors Claim for an adjustment in the Contract Times ( or performing other work as contemplated by Milestones ) will be determined in accordance with the Article 7 . provisions of this Article 12 . 00700 35 00700 - General Conditions REV 5-10- 13. doc - F . \Public WorkMENGINEERING DIVISION PROJECTS\ 1 341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)Vadmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5-10- 13. doc B . Nothing in this paragraph 12 . 06 bars a change in Contract Price pursuant to this Article 12 to compensate CONTRACTOR due to delay, interference , or disruption directly attributable to C . If Laws or Regulations of any public body actions or inactions of OWNER or anyone for whom having jurisdiction require any Work ( or part thereof) OWNER is responsible . specifically to be inspected , tested , or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for ARTICLE 13 - TESTS AND INSPECTIONS ; arranging and obtaining such inspections , tests , or CORRECTION , REMOVAL OR ACCEPTANCE OF approvals , pay all costs in connection therewith , and DEFECTIVE WORK furnish ENGINEER the required certificates of inspec- tion or approval . 13 . 01 Notice of Defects D . CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in A. Prompt notice of all defective Work of which connection with any inspections , tests , or approvals OWNER or ENGINEER has actual knowledge will be required for OWNER's and ENGINEER ' s acceptance given to CONTRACTOR . All defective Work may be of materials or equipment to be incorporated in the rejected , corrected , or accepted as provided in this Work; or acceptance of materials , mix designs , or Article 13 , equipment submitted for approval prior to CONTRACTOR 's purchase thereof for incorporation 13 . 02 Access to Work in the Work . Such inspections, tests , or approvals shall be performed by organizations acceptable to A. OWNER , ENGINEER , ENGINEER ' s Con- OWNER and ENGINEER , sultants , other representatives and personnel of OWNER , independent testing laboratories , and E . If any Work (or the work of others) that is to governmental agencies with jurisdictional interests will be inspected , tested , or approved is covered by CON- have access to the Site and the Work at reasonable TRACTOR without written concurrence of ENGI - times for their observation , inspecting , and testing . NEER , it must, if requested by ENGINEER , be uncov- CONTRACTOR shall provide them proper and safe ered for observation , conditions for such access and advise them of CONTRACTOR 's Site safety procedures and F . Uncovering Work as provided in paragraph programs so that they may comply therewith as 13 . 03 . E shall be at CONTRACTOR 's expense unless applicable. CONTRACTOR has given ENGINEER timely notice of CONTRACTOR ' s intention to cover the same and 13 . 03 Tests and Inspections ENGINEER has not acted with reasonable prompt. A* CONTRACTOR shall give ENGINEER timely ness in response to such notice . notice of readiness of the Work for all required 13 . 04 Uncovering Work inspections , tests , or approvals and shall cooperate with inspection and testing personnel to facilitate A. If any Work is covered contrary to the written required inspections or tests, request of ENGINEER , it must, if requested by ENGk NEER , be uncovered for ENGINEER ' s observation B . OWNER shall emplay and pay fGr and replaced at CONTRACTOR ' s expense . B . If ENGINEER considers it necessary or advisable that covered Work be observed by ENGk 4 , for inGPeGti9R6 , tests , OF NEER or inspected or tested by others , CONTRAC- TOR , at ENGINEER 's request, shall uncover, expose , GiGivered by paFagFaphs 13 . 03 . G and 42 02 D or otherwise make available for observation , inspec- belew; tion , or testing as ENGINEER may require , that portion of the Work in question , furnishing all neces- sary labor, material , and equipment. If it is found that such Work is defective , CONTRACTOR shall pay all Claims , costs , losses , and damages ( including but not limited to all fees and charges of engineers , architects , attorneys , and other professionals and all court or 00700 36 00700 - General Conditions REV 5- 10- 13. doc - F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgencwn (fka VB Sports Village ) Room Renovation s )Wdmin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13, doc arbitration or other dispute resolution costs ) arising out of or relating to such uncovering , exposure , observa- tion , inspection , and testing , and of satisfactory defeGtiV :Pages te the replacement or reconstruction ( including but not limited to all costs of repair or replacement of work of OWNER er PeFFnitted by Laws and Regulations as others ) , and OWNER shall be entitled to an appropriate decrease in the Contract Price . If the parties are unable to agree as to the amount thereof, to OWNER and on AGGAFIGIARGe with QVVNER 's written OWNER may make a Claim therefor as provided in paragraph 10 . 05 . If, however, such Work is not found to be defective , CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones) , or both , directly attributable to such uncovering , exposure , remeve and replaGe any damage to GtheF VVGFI( l t9 the observation , inspection , testing , replacement, and work of others er ether ';; Pd nr :qr reconstruction . If the parties are unable to agree as to €reriq-, If CONTRACTOR does not promptly comply the amount or extent thereof, CONTRACTOR may with the terms of such instructions , or in an make a Claim therefor as provided in paragraph emergency where delay would cause serious risk of 10 . 05 , loss or damage , OWNER may have the defective Work corrected or repaired or may have the rejected 13 . 05 OWNER May Stop the Work Work removed and replaced , and all Claims , costs , losses , and damages ( including but not limited to all A. if the Wark 41; 011141913tive , oF CONTRACTOR fees and charges of engineers, architects, attorneys , f' "" to- supply 6+ ffieieRt- skilled wei:kers eF suitable and other professionals and all court or arbitration or matenals GF equipment, OF fails to PeFferm the WGirk On other dispute resolution costs) arising out of or relating to such correction or repair or such removal and the QeRtFaGt IDOGUments , OWNER may order CON replacement ( including but not limited to all costs of TRACT-OR to st9p GIF any PGFt'GR Ga use n 'lh ,nh ere , repair or replacement of work of others) will be paid by until the Cause fer has been eliminated , CONTRACTOR . heweveF, this Fight of OWNER to stop the Weirk shall t give Fi6e to any duty eR the paFt of OWNER to B . any S6bG9ntraGt9r, any SupplieF, any other individual before Substantial Completion Af all the Werk, the. OF entity, or any s6 " feF, 9F eFnp !Gyee or agent e G9FF6GtiGR period' for that item Fnay 6taFt to Fun from an any of them . ear V eF date Of so pFevided in the SperuiAGGations n� r 1A /riKen Am onrlmcn } 13 . 06 Correction or Removal of Defective Work y a,,, , C . Where defective Work (and damage to other A. CONTRACTOR shall correct all defective Work resulting therefrom ) has been corrected or Work , whether or not fabricated , installed , or removed and replaced under this paragraph 13 . 07 , completed , or, if the Work has been rejected by ENGI - the correction period hereunder with respect to such NEER , remove it from the Project and replace it with Work will be extended for an additional period of one Work that is not defective . CONTRACTOR shall pay year after such correction or removal and replacement all Claims , costs , losses , and damages ( including but has been satisfactorily completed , not limited to all fees and charges of engineers , architects , attorneys , and other professionals and all D . CONTRACTOR 's obligations under this court or arbitration or other dispute resolution costs) paragraph 13 . 07 are in addition to any other obligation arising out of or relating to such correction or removal or warranty . The provisions of this paragraph 13 . 07 ( including but not limited to all costs of repair or shall not be construed as a substitute for or a waiver replacement of work of others) , of the provisions of any applicable statute of limitation 13 . 07 Correction Period or repose . n 13 . 08 Acceptance of Defective Work A I}�ari}hi ., elle �+ r after the date f C h a a ' I 7 A . If, instead of requiring correction or removal PP&613ribed by Laws 9F Regulations GF by the teFn; s of and replacement of defective Work , OWNER (and , any aPpliGable speGial guarantee hth prior to ENGINEER Is recommendation of final pay- 00700 - 37 00700 - General Conditions REV 5-10-13.doc F9Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VS Sports Village) Room Renovahons)\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10-13 . doc ment, ENGINEER ) prefers to accept it, OWNER may C . All Claims , costs , losses , and damages do so . CONTRACTOR shall pay all Claims , costs , ( including but not limited to all fees and charges of losses , and damages ( including but not limited to all engineers , architects , attorneys , and other fees and charges of engineers , architects , attorneys , professionals and all court or arbitration or other and other professionals and all court or arbitration or dispute resolution costs ) incurred or sustained by other dispute resolution costs ) attributable to OWNER in exercising the rights and remedies under OWNER ' s evaluation of and determination to accept this paragraph 13 . 09 will be charged against CON - such defective Work (such costs to be approved by TRACTOR , and a Change Order will be issued ENGINEER as to reasonableness) and the diminished incorporating the necessary revisions in the Contract value of the Work to the extent not otherwise paid by Documents with respect to the Work ; and OWNER CONTRACTOR pursuant to this sentence . If any shall be entitled to an appropriate decrease in the such acceptance occurs prior to ENGINEER 's recom - Contract Price . If the parties are unable to agree as to mendation of final payment, a Change Order will be the amount of the adjustment, OWNER may make a issued incorporating the necessary revisions in the Claim therefor as provided in paragraph 10 . 05 . Such Contract Documents with respect to the Work , and claims , costs , losses and damages will include but not OWNER shall be entitled to an appropriate decrease be limited to all costs of repair, or replacement of work in the Contract Price , reflecting the diminished value of of others destroyed or damaged by correction , Work so accepted . If the parties are unable to agree removal , or replacement of CONTRACTOR 's as to the amount thereof, OWNER may make a Claim defective Work, therefor as provided in paragraph 10 . 05 . If the acceptance occurs after such recommendation , an D . CONTRACTOR shall not be allowed an appropriate amount will be paid by CONTRACTOR to extension of the Contract Times ( or Milestones) OWNER , because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's 13 . 09 OWNER May Correct Defective Work rights and remedies under this paragraph 13 . 09 . A. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct ARTICLE 14 - PAYMENTS TO CONTRACTOR AND defective Work or to remove and replace rejected COMPLETION Work as required by ENGINEER in accordance with paragraph 13 . 06 . A, or if CONTRACTOR fails to perform the Work in accordance with the Contract 14 . 01 Schedule of Values Documents , or if CONTRACTOR fails to comply with any other provision of the Contract Documents , A. The schedule of values established as provid- OWNER may, after seven days written notice to ed in paragraph 2 . 07 . A will serve as the basis for CONTRACTOR , correct and remedy any such progress payments and will be incorporated into a deficiency, form of Application for Payment acceptable to ENGk NEER . Progress payments on account of Unit Price B . In exercising the rights and remedies under Work will be based on the number of units completed . this paragraph , OWNER shall proceed expeditiously. In connection with such corrective and remedial 14 . 02 Progress Payments action , OWNER may exclude CONTRACTOR from all or part of the Site , take possession of all or part of the A. Applications for Payments Work and suspend CONTRACTOR ' s services related thereto , take possession of CONTRACTOR ' s tools , 1 . At least 20 days before the date appliances , construction equipment and machinery at established for each progress payment ( but not the Site , and incorporate in the Work all materials and more often than once a month ) , equipment stored at the Site or for which OWNER has CONTRACTOR shall submit to ENGINEER for paid CONTRACTOR but which are stored elsewhere . review an Application for Payment filled out and CONTRACTOR shall allow OWNER , OWNER ' s signed by CONTRACTOR covering the Work representatives , agents and employees , OWNER ' s completed as of the date of the Application and other contractors , and ENGINEER and ENGINEER ' s accompanied by such supporting Consultants access to the Site to enable OWNER to documentation as is required by the Contract exercise the rights and remedies under this Documents . If payment is requested on the paragraph . basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location 00700 - Generai Conditions REV 5- 10-13 . doc 00700 - 38 IF Tublic Works\ENGINE E RING DIVISION PROJECTS\1 341 -Histonc Dodgertown Jka VB Sports Village) Room Renovations )\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 - General Conditions REV 5- 10- 13. doc agreed to in writing , the Application for Payment subsequent tests called for in the Contract shall also be accompanied by a bill of sale , Documents , to a final determination of invoice , or other documentation warranting that quantities and classifications for Unit Price OWNER has received the materials and equip- Work under paragraph 9 . 08 , and to any ment free and clear of all Liens and evidence other qualifications stated in the that the materials and equipment are covered recommendation ) ; and by appropriate property insurance or other arrangements to protect OWNER' s interest c . The conditions precedent to therein , all of which must be satisfactory to CONTRACTOR ' s being entitled to such OWNER , payment appear to have been fulfilled in so far as it is ENGINEER 's responsibility to 2 . Beginning with the second observe the Work . Application for Payment, each Application shall include an affidavit of CONTRACTOR stating 3 . By recommending any such that all previous progress payments received payment ENGINEER will not thereby be on account of the Work have been applied on deemed to have represented that: ( i ) inspec. account to discharge CONTRACTOR 's tions made to check the quality or the quantity legitimate obligations associated with prior of the Work as it has been performed have Applications for Payment. been exhaustive , extended to every aspect of the Work in progress , or involved detailed 3 . The amount of retainage with respect inspections of the Work beyond the responsi- to progress payments will be as stipulated in bilities specifically assigned to ENGINEER in the Agreement. the Contract Documents ; or ( ii ) that there may not be other matters or issues between the B . Review of Applications parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER 1 . ENGINEER will , within 10 days after to withhold payment to CONTRACTOR . receipt of each Application for Payment, either indicate in writing a recommendation of 4 . Neither ENGINEER 's review of payment and present the Application to CONTRACTOR's Work for the purposes of OWNER or return the Application to recommending payments nor ENGINEER Is CONTRACTOR indicating in writing recommendation of any payment, including final ENGINEER 's reasons for refusing to payment, will impose responsibility on recommend payment. In the latter case , CON - ENGINEER to supervise , direct, or control the TRACTOR may make the necessary Work or for the means , methods , techniques, corrections and resubmit the Application , sequences , or procedures of construction , or the safety precautions and programs incident 2 . ENGINEER ' s recommendation of thereto, or for CONTRACTOR ' s failure to any payment requested in an Application for comply with Laws and Regulations applicable to Payment will constitute a representation by CONTRACTOR' s performance of the Work . ENGINEER to OWNER , based on Additionally, said review or recommendation will ENGINEER 's observations on the Site of the not impose responsibility on ENGINEER to executed Work as an experienced and qualified make any examination to ascertain how or for design professional and on ENGINEER 's what purposes CONTRACTOR has used the review of the Application for Payment and the moneys paid on account of the Contract Price , accompanying data and schedules , that to the or to determine that title to any of the Work , best of ENGINEER ' s knowledge , information materials , or equipment has passed to and belief: OWNER free and clear of any Liens . a . the Work has progressed to the point 5 . ENGINEER may refuse to recom - indicated , mend the whole or any part of any payment if, in ENGINEER ' s opinion , it would be incorrect to b . the quality of the Work is generally in make the representations to OWNER referred accordance with the Contract Documents to in paragraph 14 . 02 . 6 . 2 . ENGINEER may ( subject to an evaluation of the Work as a also refuse to recommend any such payment functioning whole prior to or upon or, because of subsequently discovered Substantial Completion , to the results of any evidence or the results of subsequent 00700 - General Conditions REV 5-10- 13 doc 00700 - 39 F \Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations )\Admin\bid documents\Master Contract Docs\Master Contract Documents\00700 General Conditions REV 5- 10- 13. doc inspections or tests , revise or revoke any such ENGINEER , OWNER must give payment recommendation previously made , to CONTRACTOR immediate written notice (with such extent as may be necessary in a copy to ENGINEER ) stating the reasons for ENGINEER ' s opinion to protect OWNER from such action and promptly pay CONTRACTOR loss because : any amount remaining after deduction of the amount so withheld . OWNER shall promptly a . the Work is defective , or completed pay CONTRACTOR the amount so withheld , or Work has been damaged , requiring any adjustment thereto agreed to by OWNER correction or replacement, and CONTRACTOR , when CONTRACTOR corrects to OWNER ' s satisfaction the reasons b . the Contract Price has been reduced for such action . by Written Amendment or Change Orders ; 3 . If it is subsequently determined that c. OWNER has been required to correct OWNER ' s refusal of payment was not justified , defective Work or complete Work in actor- the amount wrongfully withheld shall be treated dance with paragraph 13 . 09 ; or as an amount due as determined by paragraph 14 . 02 . C . 1 . if GNIr`- INICCD hate knewledge e Oho Pori irrcnr.c of any of the events ons Amer 14 . 03 CONTRACTOR 's Warranty of Title ated OF; paragFaph 15 . 02 , A , A. CONTRACTOR warrants and guarantees C . Payment Becomes Due that title to all Work, materials , and equipment covered by any Application for Payment, whether incorporated 1 . Ten days after presentation of in the Project or not, will pass to OWNER no later than /lpplisa#, n for Payment to OWNER with the time of payment free and clear of all Liens. ENGIN € € R's resemmendation , the-amount 14 . 04 Substantial Completion di le tvill be paid by OWNER te . A. When CONTRACTOR Eensiders the entFe D . Reduction in Payment notify OWNER and ENGINEER EER in wrif' no that the. 1 . OWNER may refuse to make payment of the full amount recommended by and request that ENGINEER EER i ire a ^ertifinate A ENGINEER because : r?::lN € R , GONTRAGTOR , and ENGINEER shall a , claims have been made against make-an % Rspestien ef-the-Werl4 to determinethe. OWNER on account of CONTRACTOR ' s performance or furnishing of the Work ; the Werk substantially GOMplete,ENGINEER will b . Liens have been filed in connection nnnsiders the--WeFk with the Work , except where substantially-somPlete , ENGINEER ill prepFe and CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the Completion lAilhop. h fix the date of Substantial satisfaction and discharge of such Liens ; c. there are other items entitling OWN - afore final payment. C�WN € R shall have seven dmile ER to a set-off against the amount recommended ; or mare written ebfestiQA to-€Plb NEER-as- tG ary F rovisieRs of the sertifisate er attached lust, leer d . OWNER has actual knowledge of the GGRsideFing SNnh vbjevtiroR .c , ENGINEER oonrl de occurrence of any of the events enumerated that the Work is Ret substantially—GeFRplete� in paragraphs 14 . 02 . B . 5 . a through FNInINIGGo , . all wathin 14 days af+or submission cion of the 14 . 02 . B . 5 . c or paragraph 15 . 02 . A , tentative GeFtifiGate to OWNER not al G 0 writing , stating the -reasons therefor. I#, after 2 . If OWNER refuses to make payment sensideration of OWNER ' s oljesfno;s , ENGINEER of the full amount recommended by considers the Werk substaRtially—seRnPlete , 00700 General Conditions REV 5-10- 13. doc 00700 - 40 F. 1Public Works\ENGINEERING DIVISION PROJECTSN Sat - Historic Dodgertown ( fka VB Sports Villager Room Renovations)VAdmin\bid documents\Master Contract Docs\Master Contract Documents\00 ?00 - General Conditions REV 5- 10- 13 doc • . earn • . • . • r • Am ` — • • ' " • ' mkwi • . a a • . • . am welon MISS avy as ArMus AS • . • . • . • � a AS . . Ar w • . — — • . • , r . • IN • . • . . • r AS • . • 7:11Ill Wan lopyl AN Sir A, ALL IS AN AM NO 0 IN IN IWINN.P. wars, Lim 0 AM MINI • . • • • . • , • . • • WMB� OML� AN . . _ • • . _ aWAITATA A IN1 • � • — — ` i • —r — : • • — — AN • — • — • 1 limited to the evidence of insurance required by aGGIGIMpanying the aMG61R subparagraph 5 . 04 . B . 7 , ( ii ) consent of the ceded by ENGINEER 'well h eGen; e due surety , if any, to final payment , and ( iii ) and , when due , will be paid by OWNER to complete and legally effective releases or waivers ( satisfactory to OWNER ) of all Lien rights arising out of or Liens filed in connection 14 . 08 Final Completion Delayed with the Work . A. If, through no fault of CONTRACTOR , final 3 . In lieu of the releases or waivers of completion of the Work is significantly delayed , and if Liens specified in paragraph 14 . 07 . A . 2 and as ENGINEER so confirms , OWNER shall , upon receipt approved by OWNER , CONTRACTOR may of CONTRACTOR ' s final Application for Payment and furnish receipts or releases in full and an recommendation of ENGINEER , and without terminat- affidavit of CONTRACTOR that: ( i ) the releases ing the Agreement, make payment of the balance due and receipts include all labor, services , for that portion of the Work fully completed and material , and equipment for which a Lien could accepted . If the remaining balance to be held by be filed ; and ( ii ) all payrolls , material and OWNER for Work not fully completed or corrected is equipment bills , and other indebtedness less than the retainage stipulated in the Agreement, connected with the Work for which OWNER or and if Bonds have been furnished as required in OWNER 's property might in any way be paragraph 5 . 01 , the written consent of the surety to responsible have been paid or otherwise satis- the payment of the balance due for that portion of the Pied . If any Subcontractor or Supplier fails to Work fully completed and accepted shall be submitted furnish such a release or receipt in full , CON - by CONTRACTOR to ENGINEER with the Application TRACTOR may furnish a Bond or other for such payment. Such payment shall be made collateral satisfactory to OWNER to indemnify under the terms and conditions governing final OWNER against any Lien , payment, except that it shall not constitute a waiver of Claims . B . Review ofApplication and Acceptance 14 . 09 Waiver of Claims 1 . If, on the basis of ENGINEER ' s observation of the Work during construction A. The making and acceptance of final payment and final inspection , and ENGINEER's review will constitute : of the final Application for Payment and accompanying documentation as required by 1 . a waiver of all Claims by OWNER the Contract Documents , ENGINEER is against CONTRACTOR , except Claims arising satisfied that the Work has been completed from unsettled Liens , from defective Work and CONTRACTOR 's other obligations under appearing after final inspection pursuant to the Contract Documents have been fulfilled , paragraph 14 . 06 , from failure to comply with the ENGINEER will , within ten days after receipt of Contract Documents or the terms of any special the final Application for Payment, indicate in guarantees specified therein , or from writing ENGINEER ' s recommendation of CONTRACTOR ' s continuing obligations under payment and present the Application for the Contract Documents ; and Payment to OWNER for payment. At the same time ENGINEER will also give written notice to 2 * a waiver of all Claims by CONTRAC- OWNER and CONTRACTOR that the Work is TOR against OWNER other than those acceptable subject to the provisions of previously made in writing which are still paragraph 14 . 09 . Otherwise , ENGINEER will unsettled , return the Application for Payment to CONTRACTOR , indicating in writing the reasons for refusing to recommend final ARTICLE 15 - SUSPENSION OF WORK AND payment, in which case CONTRACTOR shall TERMINATION make the necessary corrections and resubmit the Application for Payment. C . Payment Becomes Due 15 . 01 OWNER May Suspend Work A. At any time and without cause , OWNER may 1 Thirty days afteF the prow tatiGR ton suspend the Work or any portion thereof for a period OWNER of the App "GatieR fGr Payment and of not more than 90 consecutive days by notice In 00700 - General Conditions REV 5- 10- 13 ioc 00700 - 42 F :\Pl.,blic Works\ENGINEERING DIVISION PROJF ( TS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Vadmin\bid doc % imentsWaster Contract Docs\Master Contract DOCnments\00700 - General Conditions REV 5- 1I1 13. doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Article Title Article Number Introduction SC — 1 . 00 Defined Terms SC — 1 . 01 Terminology SC — 1 . 02 Before Starting Construction SC — 2005 Preconstruction Conference SC — 2 . 06 Coordination of Plans , Specifications , and Special Provisions SC — 3 . 06 Subsurface and Physical Conditions SC — 4 . 02 Performance , Payment and Other Bonds SC — 5 . 01 Certificates of Insurance SC — 5 . 03 CONTRACTOR ' s Liability Insurance SC — 5 . 04 OWNER ' s Liability Insurance SC — 5 . 05 Property Insurance SC — 5 . 06 Waiver of Rights SC — 5 . 07 Receipt and Application of Insurance Proceeds SC — 5 . 08 Acceptance of Bonds and Insurance ; Option to Replace SC — 5 . 09 Partial Utilization , Acknowledgement of Property Insurer SC — 5 . 10 Labor; Working Hours SC — 6 . 02 Concerning Subcontractors , Suppliers and Others SC — 6 . 06 Permits SC — 6 . 08 Cost of the Work Sc — 11 . 01 Test and Inspections SC — 13 . 03 OWNER May Stop the Work SC — 13 . 05 Correction Period SC — 13 . 07 0080N 00800 Supplementary Conditions 05- 13 rev . doc 00800 IF \Public Works\ENGINEERING DIVISION PROJECTS\1341 -Hstoric Dodgertown (fka VB Sports Village ) Room Renovations)Vadmin\bid documents\Master Contract Docs\Master Contract Docurnents\00800 - Supplementary Conditions 05- - 1 rev. doc Progress Payments SC — 14 . 02 Substantial Completion SC — 14 . 04 Partial Utilization SC — 14 . 05 Final Payment SC — 14 . 07 OWNER May Suspend Work SC — 15 . 01 OWNER May Terminate for Cause SC — 15 . 02 OWNER May Stop Work or Terminate SC — 15 . 04 Mediation SC — 16 . 02 Liens SC — 17 . 06 + + + END OF SUPPLEMENTARY CONDITIONS INDEX + + + 00800-ii 00800 - Supplementary Conditions 05 - 13 rev . doc 00800 IIF . \Public VVn(ks\ENGINEERING DIVISION PROJECTS\ 341 -Historic Dodgertown ( fka VS Sports Village ) Room Renovations)VAdmm\bid documentsWaster Contract DocsWaster Contraci I )ocuments\00800 - Supplementary Conditions 05- 13 rev doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SCAM Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract ( No . 1910 -8 , 1996 Edition ) and other provisions of the Contract Documents as indicated below . All provisions , which are not so amended or supplemented , remain in full force and effect . The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions , SC -1 . 01 Defined Terms SC - 1 . 01 . A . 20 . Delete paragraph GC 1 . 01 . A . 20 in its entirety. SC- 1 . 01 A31 . Delete paragraph GC 1001 , A . 31 in its entirety. SC -1 . 02 Terminology SC- 1 , 024D , 1 , 2 , and 3 Delete paragraphs GC4 . 02. D. 1 , 2, and 3 in their entirety and insert the following paragraphs in their place: D . Furnish, Install, Perform, Provide 1 . The word "furnish " shall mean to supply and deliver services , materials , or equipment to the Site ( or some other specified location ) ready for use or installation and in usable or operable condition . 2 . The word " install " shall mean to put into use or place in final position services , materials , or equipment complete and ready for intended use . 3 . The words " perform " or " provide " shall mean to furnish and install services , materials , or equipment complete and ready for intended use . SC -2 . 05 Before Starting Construction SC-2 . 05 . C . Delete paragraph GC 2. 05. 0 in its entirety and insert the following paragraph in its place : C . Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER , nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved . All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting , removing or replacing defective Work in accordance with Article 13 . SC -2 . 06 Preconstruction Conference SC- 2 . 06 Delete paragraph GC- 2 . 06. A in its entirety and insert the following paragraph in its place : A Immediately after awarding the contract , but before the CONTRACTOR begins work , the Project Manager will call a preconstruction conference at a place the 00800- 1 00800 - Supplementary Conditions 05- 13 rev . doc 00800 1F \Pubic Works\ENGINEERING DIVISION PROJE ( S\ 1341 -Historic Dodgertown (fka VB SportsVillage ) Room Renovations )VadmiMbid documents\Master Contract Docs\Master Conn act Documents\00800 - Supplementary Con. : lions 05-13 rev. doc ENGINEER designates to establish an understanding among the parties as to the work and to discuss schedules referred to in paragraph 2 . 05 . 13 , procedures for handling Shop Drawings and other submittals , and maintaining required records . Utility companies and others as appropriate will be requested to attend to discuss and coordinate work . B . Per the FDOT Standard Specifications for Road and Bridge Construction , the Contractor will certify to the Engineer the following : 1 . A listing of on -site clerical staff, supervisory personnel and their pro- rated time assigned to the contract , 2 . Actual Rate for items listed in Table 4 . 3 . 2 . 1 ( see below) , 3 . Existence of employee benefit plan for Holiday , Sick and Vacation benefits and a Retirement Plan , and , 4 . Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested . Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor . Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs , and failure to timely submit the certification will constitute a full , complete , absolute and irrevocable waiver by the Contractor of any right to recover such costs . Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work . FDOT Table 4.3 . 2 . 1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays , Sick & Vacation Benefits Actual Retirement Benefits Actual Rates based on the National Council on Compensation Insurance basic rates tables Workers Compensation adjusted by Contractor' s actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida ' s rate Insurance* Actual 'Compensation for Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage (such as , but not limited to , Umbrella Coverage , Automobile Insurance , etc . ) . SC -3 . 06 Coordination of Plans , Specifications , and Special Provisions SC-3 . 06 Add the following new paragraphs immediately after paragraph GC-3. 05: SC -3 . 06 Coordination of Plans, Specifications, and Special Provisions A . In case of discrepancy , the governing order of the documents shall be as follows : 1 . Written Interpretations 2 , Addenda 3 . Specifications 4 . Supplementary Conditions to the General Conditions 5 . General Conditions 6 , Approved Shop Drawings 7 . Drawings 8 , Referenced Standards . 00800-2 00800 - Supplementary Conditions 05- 13 rev . doc 00800 2F Public Works\ENGINEERING DIVISION PRO IECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village ) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master ontract Documents\00800 - Supplementary i conditions 05-13 rev doc B . Written/computed dimensions shall govern over scaled dimensions . SC4 . 02 Subsurface and Physical Conditions SC4 . 02 Add the following new paragraphs immediately after paragraph GC-4. 02. 8: C . In the preparation of Drawings and Specifications , ENGINEER or ENGINEER ' s Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site : Roadway Soil Survey NONE REQUIRED D . Reports and drawings itemized in SC4 . 02 . 0 are not included with the Bidding Documents . Copies may be examined at Indian River County Administration Building , Public Works , 1801 27th Street Vero Beach FL 32960 during regular business hours . These reports and drawings are not part of the Contract Documents . SC -5 . 01 Performance , Payment and Other Bonds SC -5 . 01 . A. Delete paragraph GC-5. 01 . A in its entirety and insert the following paragraphs in its place: Within fifteen ( 15 ) days of receipt of the Contract Documents for execution , the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price . 1 . In lieu of the Public Construction Bond , the CONTRACTOR may furnish an alternative form of security in the form of cash , money order, certified check , cashier' s check , irrevocable letter of credit or a security as listed in Part II of F . S . Chapter 625 . Any such alternative form of security shall be for the same purpose , and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required . The determination of the value of an alternative form of security shall be made by the OWNER . 2 , Such Bond shall continue in effect for one ( 1 ) year after acceptance of the Work by the OWNER . 3 , The OWNER shall record , the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue , Vero Beach , Florida 32960 . The recorded bonds shall be forwarded to the Indian River County Purchasing Division on or before the seventh day after it is recorded . The CONTRACTOR shall pay all costs . SC -5 . 03 Certificates of Insurance SC- 5 . 03 Delete the second sentence of paragraph GC- 5. 03 in its entirety. SC -5 . 04 CONTRACTOR ' s Liability Insurance SC - 5 . 04 Add the following new paragraphs immediately after paragraph GC-5. 04 . 8 : C . The limits of liability for the insurance required by paragraph 5 . 04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations : 00800- 3 00800 - Supplementary Conditions 05- 13 rev . doc 00800 3F \Public Works\ENGINEER ING DIVISION PROJECTS\1341 -Historic Dodgertown ! fka VI\ Sports Village ) Room Renova0ons )\Admin\o117 documents\Master Contract DocsWasler Contract Documents\00800 - Supplementary Conditions 05- 13 rev doc 1 . Worker' s Compensation : To meet statutory limits in compliance with the Worker ' s Compensation Law of Florida . This policy must include Employer Liability with a limit $ 100 , 000 for each accident , $ 500 , 000 disease ( policy limit) and $ 100 , 000 disease (each employee ) . Such policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee ( s ) of the CONTRACTOR . 2 , Commercial General Liability : Coverage shall provide minimum limits of liability of $ 1 , 000 , 000 per occurrence Combined Single Limit for Bodily Injury and Property Damage . This shall include coverage for : a . Premises/Operations b . Products/Completed Operations C , Contractual Liability d . Independent Contractors e . Explosion f. Collapse g . Underground . 3 . Business Auto Liability : Coverage shall provide minimum limits of liability of $ 1 , 000 , 000 per occurrence Combined Single Limit for Bodily Injury and Property Damage . This shall include coverage for : a . Owner Autos b . Hired Autos C . Non-Owned Autos , 4 . CONTRACTOR ' s "All Risk" Insurance : CONTRACTOR shall secure Builders ' Risk "All Risk" insurance at his expense and provide properly completed and executed " Certificates of Insurance and Insurance Endorsement" forms in the exact wording and format presented in these Contract Documents before starting work . 5 . Special Requirements : a . Ten ( 10) days prior to the commencement of any work under this Contract , certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER ' s Risk Manager for review and approval . b . " Indian River County Florida " will be named as "Additional Insured " on both the General Liability , Auto Liability and Builder' s Risk "All Risk" Insurance . C . The OWNER will be given thirty ( 30 ) days notice prior to cancellation or modification of any stipulated insurance . Such notification will be in writing by registered mail , return receipt requested and addressed to the OWNER ' s Risk Manager . d . An appropriate " Indemnification " clause shall be made a provision of the Contract ( see paragraph 6 . 20 of the General Conditions) . e . It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements . f . It should be remembered that these are minimum requirements , which are subject to modification in response to high hazard operation . g . Insured must be authorized to do business and have an agent for service of process in Florida and have an AAA policyholder' s rating and financial rating of a least Class XI in accordance with the most current Best ' s Rating , 00800-4 00800 - Supplementary Conditions 05- 13 rev . doc 00800 4P \Public WorkMENGINEE RIN (� DIV IS1t ) IV PROJECTS\1341 -Historic Dodgertown Irwa V8 Sports Village) Room Renovations )W IrT tri\bid documents\Master Contract Do . -- Master Contract Documents\00800 uppl "rr lentary Conditions 05- 13 rev doc D . Additional Insureds : 1 . In addition to " Indian River County , Florida , " the following individuals or entities shall be listed as " additional insureds " on the CONTRACTOR ' S liability insurance policies : a . NONE b . C , SC -5 . 05 OWNER ' s Liability Insurance SC-5 . 05 Delete paragraph GC-5. 05. A in its entirety. SC -5. 06 Property Insurance SC-5 . 06 Delete paragraphs GC-5. 06. A, 8, and C in their entirety and insert the following paragraphs in their place: A . CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall : 16 include the interests of OWNER , CONTRACTOR , Subcontractors , ENGINEER , ENGINEER ' s Consultants and any other individuals or entities identified in the Supplementary Conditions , and the officers , directors , partners , employees , agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured ; 29 be written on a Builder' s Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work , temporary buildings , falsework , and materials and equipment in transit and shall insure against at least the following perils or causes of loss : fire , lightning , extended coverage , theft , vandalism and malicious mischief, earthquake , collapse , debris removal , demolition occasioned by enforcement of Laws and Regulations , water damage , and such other perils or causes of loss as may be specifically required by the Supplementary Conditions . 3 . include expenses incurred in the repair or replacement of any insured property ( including but not limited to fees and charges of engineers and architects) ; 4 , cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work , provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER ; and 5 , allow for partial utilization of the Work by OWNER ; 6 , include testing and startup ; and 7 . be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER , CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued . 00800- 5 00800 - Supplementary Conditions 05- 13 rev . doc 00800 5F : \Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgeriown (fka VB Sports Village ) Room Renovatlons )Mmin\bid documents\Master Contract Docs\Master Contract Documents\00800 upplementary Conditions 05- 13 rev. doc B . CONTRACTOR shall be responsible for any deductible or self- insured retention . C . The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC-5 . 06 shall comply with the requirements of paragraph 5 . 06 . 0 of the General Conditions . SC-5 . 06 . E Delete paragraph GC-5. 06. E in its entirety and insert the following in its place.- E . lace:E . Additional Insureds : 1 . The following individuals or entities shall be listed as " additional insureds " on the CONTRACTOR ' s property insurance policies : a . Indian River County , Florida b . Verotown LLC . C . SC =5. 07 Waiver of Rights SC-5 . 07 Delete GC-5. 07 (paragraphs A, B, and C) in its entirety. SC -5 . 08 Receipt and Application of Insurance Proceeds SC-5 . 08 Delete GC-5. 08 (paragraphs A and B) in its entirety. SC -5. 09 Acceptence of Bonds and Insurance ; Option to Replace SC-5 . 09 Delete GC-5. 09(paragraph A)in its entirety. SC -5. 10 Partial Utilization , Acknowledgement of Property Insurer SC-5 . 10 Delete GC-5. 10 (paragraph A) in its entirety. SC -6 . 02 Labor ; Working Hours SC -6 . 02 . B . Add the following paragraphs immediately after paragraph GC-6. 02. B: 1 . Regular working hours are defined as Monday through Friday , excluding Indian River County Holidays , from 7 a . m . to 5 p . m . 2 . Indian River County Holidays are : New Year' s Day , Good Friday , Memorial Day , Independence Day , Labor Day , Veterans Day , Thanksgiving Day , Friday after Thanksgiving , Christmas Eve and Christmas Day . Working on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager, 3 , The CONTRACTOR shall receive no additional compensation for overtime work , i . e . , work in excess of eight hours in any one calendar day or 40 hours in any one calendar week , even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing . 4 . All costs of inspection and testing performed during overtime work by the CONTRACTOR , which is allowed solely for the convenience of the CONTRACTOR , shall be borne by the CONTRACTOR , and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR . 5 . All costs of OWNER ' s employees and costs of ENGINEER ' s Consultant resulting from overtime work by the CONTRACTOR , which is allowed solely for the 00800-6 00800 - Supplementary Conditions 05- 13 rev aoc 00800 6F' \Public Works\EN ,INEERING DIVISION PROJECTS\ 1341 -Hisroric Dodgertown (fka V8 Sports Village) Room Reriovations )\Admin\bid documents\Master Coni nct Docs\Master Contract Documents\00800 - Supplementary Conditions 05- 1 = rev on<_ convenience of the CONTRACTOR , shall be borne by the CONTRACTOR , and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR . 6 . No work shall commence before 7 a . m . or continue after 5 p . m . except in case of emergency upon specific permission of the ENGINEER . SC -6 . 06 Concerning Subcontractors , Suppliers , and Others SC-6 . 06 . C . Add the following sentence at the end of paragraph GC- 6. 06. C: OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity , to the extent practicable , information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity . SC -6 . 08 Permits SC-6 . 08 Add the following paragraphs immediately after paragraph GC- 6. 08. A : 1 . The OWNER has obtained the following permits ( copies of these permits are contained in Appendix "A" ) , NONE 2 , The CONTRACTOR shall obtain and pay for all other required permits and licenses . The CONTRACTOR shall provide copies of the permits to the OWNER and ENGINEER and shall comply with all conditions contained in the permits at no extra cost to the OWNER . 3 . The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these requirements . The cost of this effort shall be included in the pay item in which the work is most closely associated with . SC -11 . 01 Cost of the Work SCA 1 . 01 . A . 1 . Delete paragraph GG11 . 01 . A . 1 in its entirety, and insert the following sentences in its place: I . CONTRACTOR will receive payment for actual costs of direct labor and burden (see SC-2 . 06 . 6) for the additional or unforeseen work . Labor includes foremen actually engaged in the work ; and will not include project supervisory personnel nor necessary on -site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel , but in no case higher than a Project Manager's position , shall only be for the pro- rata time such supervisory personnel spent on the contract . In no case shall an officer or director of the Company , nor those persons who own more than 1 % of the Company , be considered as project supervisory personnel , direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours , on Saturday , Sunday , or legal holidays , shall be included in the above to the extent authorized by OWNER . 00800- 00800 - Supplementary Conditions 05- 13 rev doc 00800 7F \Public Works\EN61NEERING DIVISION PROJECTS\ 1341 -His,. ,nc Dodgertown (fka VB Sports Village : Roo, , Renovattons)1Admin\bid documents\Master contract Docs\Master Contract Documern ,100800 - Supplementary Conditions i5- 12 4v doc SC -13 . 03 Test and Inspections SC - 13 . 03 . B . Delete paragraph GC- 13. 03. 8 in its entirety, and insert the following sentences in its place: B . OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections , tests , or approvals required by the Contract Documents except those inspections , tests , or approvals listed immediately below . Subsequent inspections , tests , or approvals required after initial failing inspections , tests , or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment . The CONTRACTOR shall arrange , obtain , and pay for the following inspections , tests , or approvals : 1 . inspections , tests , or approvals covered by paragraphs 13 . 03 . 0 and 13 . 03 . D below ; 29 costs incurred in connection with tests or inspections conducted pursuant to paragraph 13 . 04 . 13 shall be paid as provided in said paragraph 13 . 04 . 13 ; 30 tests otherwise specifically provided in the Contract Documents . SCA 105 OWNER May Stop the Work SC- 13 . 05 . A . Delete paragraph GC- 13. 05. A in its entirety and insert the following paragraph in its place: A . If the Work is defective , or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment , or fails to comply with permit requirements , or fails to comply with the technical specifications , or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents , OWNER may order CONTRACTOR to stop the Work , or any portion thereof, until the cause for such order has been eliminated ; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR , any Subcontractor, any Supplier, any other individual or entity , or any surety for, or employee or agent of any of them . SC - 13 . 07 Correction Period SC- 13 . 07 A . Delete the first sentence of paragraph GC43. 07. A in its entirety and insert the following sentence in its place A . If within one year after the date of Final Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents , any Work is found to be defective , or if the repair of any damages to the land or areas made available for CONTRACTOR ' s use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6 . 11 . A is found to be defective , CONTRACTOR shall promptly , without cost to OWNER and in accordance with OWNER ' s written instructions : ( i ) repair such defective land or areas , or ( ii ) correct such defective Work or, if the defective Work has been rejected by OWNER , remove it from the Project and replace it with Work that is not defective , and ( iii ) satisfactorily correct or repair or remove and replace any damage to other Work , to the work of others or other land or areas resulting therefrom . 00800-8 00800 - Supplementary Conditions 05- 13 rev . doc 00800 8F \Public Worw. s\ F NGINEERING DIVISION PROJECTS\ 1341 Historic Dodgertown (fka VB Sports Village ) Room Renovations )Mmin\bid documents\Master Contract Docs\Master Contract Doc, .ments\00800 - Supplementary Conditions O` - ? 3 rev doc SC- 13 . 07 B . Delete paragraph GC- 13. 07. B in its entirety and insert the following sentence in its place B . In special circumstances where a particular item of equipment is placed in continu- ous service before Final Completion of all the Work , the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment , SC - 14 . 02 Progress Payments SC- 14 . 02 . B . 5 . Delete paragraph GC- 14. 02. B . 5. of in its entirety and insert the following paragraph in its place: d . ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15 . 02 . A ; or SC- 14 . 02 . 6 . 5 . Add the following sentences at the end of paragraph GC44. 02. B. 5: e . OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work ; or f. OWNER has been required to pay an independent testing laboratory for subsequent inspections , tests , or approvals taken after initial failing inspections , tests , or approvals . SC- 14 . 02 . C . 1 . Delete paragraph GC- 14 . 02. C. 1 in its entirety and insert the following paragraph in its place: C . Payment Becomes Due 1 . Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act . F . S . 218 . 70 et. seq . SC -14. 05 Partial Utilization SC- 14 . 05 A . Delete paragraph GC44 . 05. A 1 and 2 in its entirety. SC - 14. 04 Substantial Completion SC- 14 . 04 , Delete GC44 . 04 in its entirety and replace with the following: A . On the sixteenth ( 16th ) day from date of Notice to Proceed for each group , OWNER and CONTRACTOR shall conduct a walk-through inspection of the group to document a list of any items required to render the Work on the group complete , satisfactory , and acceptable under this Agreement ( herein the " Statutory List " ) . The Statutory List shall be reduced to writing and circulated among the OWNER and the CONTRACTOR one day after substantial completion . If, after the inspection the OWNER considers the Work substantially complete , OWNER will prepare and deliver to CONTRACTOR a certificate of Substantial Completion which shall fix the date of Substantial Completion . There shall be attached to the certificate the Statutory List of items to be completed or corrected before the 19'h day from the date of the Notice to Proceed . If , after considering such objections , 00800-9 00800 - Supplementary Conditions 05- 13 rev . doc 00800 9F \Public Work s\ENGINEERING DIVISION PROJECTS ' 341 -Historic Dodgertown (fka VB Sports Vi cage ) Room Renovations)Wdmimbid doc menis\Master Contract Docs\Master Contract Documents\00800 - Supplementary Conditions 05- 13 rev doc ENGINEER concludes that the Work is not substantially complete , If, after the inspection , OWNER concludes that the Work is not substantially complete , OWNER will within one day after the inspection notify CONTRACTOR in writing , stating the reasons therefor . The OWNER and CONTRACTOR acknowledge and agree that : 1 ) the failure to include any corrective work , or pending items that are not yet completed , on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement and 2 ) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner' s satisfaction under this Agreement . After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on the Statutory List and schedule a final walk. through in anticipation of final completion of the group . SC - 14 . 07 Final Payment SCA4 . 07 . C . 1 . Delete paragraph GG14. 07. C. 1 in its entirety and insert the following paragraph in its place: C . Payment Becomes Due 1 . Payment shall be made by OWNER to CONTRACTOR according to the " Local Government Prompt Payment Act" , Florida Statutes section 218 . 70 , et . seq . SCA 5801 OWNER May Suspend Work SC - l5 . 01 . A Delete the last sentence in paragraph GG15. 01 . A and insert the following in its place: CONTRACTOR shall be allowed an extension of the Contract Times , directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10 . 05 . CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such Work suspension . SCA5 . 02 OWNER May Terminate For Cause SC- 15 . 02 . A . 5 and SC - 15 . 02 . A . 6 Add the following new paragraphs immediately after paragraph GG15. 02. A . 4: 5 . CONTRACTOR ' s violation of Section 02225 — " Erosion Control and Treatment of Dewatering Water From the Construction Site . " 6 . CONTRACTOR ' s failure to make payment to Subcontractors or Suppliers for materials or labor in accordance with the respective agreements between the CONTRACTOR and the Subcontractors or Suppliers . SCA5 . 04 CONTRACTOR May Stop Work or Terminate SC- 15 . 04 Delete the following text from the first sentence of paragraph GG15. 04 . A . SC- 15 . 04 Delete the following text from the second sentence of paragraph GG15. 04 . A : 00800- 10 00800 - Supplementary Conditions 05- 13 rev . doc 00800 1 0F \P•Ahc Works\ENGINEERING DIVISION PRO JE CTS\ 1341 -Historic Dodgenown (tka VB Sports Village) Room Renovations )\Admin\b d documents\Master Contract DocsWaster Contract Documents\00800 - Supplementary Conditions 05-13 rev doc due- SC16 DISPUTE RESOLUTION SC - 16 . 02 Mediation SC - 16 Add the following new paragraph immediately after paragraph GC- 16. 01 . SC- 16 . 02 Mediation A . OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims , disputes , or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof, to mediation by a certified mediator of the 19th Judicial Circuit in Indian River County unless delay in initiating arbitration would irrevocably prejudice one of the parties . The mediator of any dispute submitted to mediation under this agreement shall not serve as arbitrator of such dispute unless otherwise agreed . SCA7 Miscellaneous Add the following new paragraphs immediately after paragraph GC17. 05: SC - 17 . 06 Liens A . This project is a " Public Works " under Chapter 255 , Florida Statutes . No merchant ' s liens may be filed against the OWNER . Any claimant may apply to the OWNER for a copy of this Contract . The claimant shall have a right of action against the CONTRACTOR for the amount due him . Such action shall not involve the OWNER in any expense . Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255 . 05 . The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: " Notice : Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to ( CONTRACTOR ' S Name ) and to ( CONTRACTOR Surety Company Name ) pursuant to Chapter 255 of the Florida Statutes . This paragraph shall be inserted in every sub- subcontract hereunder. " The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons , firms or corporations who are defined in Section 713 . 01 , Florida Statutes , who have furnished labor or materials , employed directly or indirectly in the Work , have been paid in full . The OWNER may rely on said affidavit at face value . The CONTRACTOR does hereby release , remiss and quit-claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job . + + END OF SUPPLEMENTARY CONDITIONS + + 00800- 11 00800 - Supplementary Conditions 05- 13 rev . doc 00800 1 IF Tublic Works\ENGINEERING DIVISION F' ROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations )Wdrri documentsWaster Contract 1 ) )csWaster Contract Documents\00800 Supuiementary Conditions 05- 13 rev doc SECTION 00942 - Change Order Form No , 1 DATE OF ISSUANCE : 10/22/2013 EFFECTIVE DATE : 10/22/2013 OWNER : Indian River County CONTRACTOR OAC Action Construction , Corp . Project: HISTORIC DODGERTOWN ROOM RENOVATIONS Project No . 1341 Bid No . 2014003 You are directed to make the following changes in the Contract Documents : Description : Remove renovations for Small Rooms 164 , 165 , 166 , 167 and 168 . Reason for Change Order : To reduce contract Attachments : ( List documents supporting change) Description of Itemized Changes CHANGE IN CONTRACT CHANGE IN CONTRACT TIMES PRICE : Description Amount Description Time Original Contract Price $599 . 345 . 00 Original Contract Time : (days or dates) Final Completion : 271 days Net decrease of this Change $31 , 979 . 29 Net decrease this Change Order: (days or dates) Order: Final Completion : 19 days Contract Price with all $567 , 365 . 71 Contract Time with all approved (days or dates) approved Change Orders : Change Orders : Final Completion : 252 da s ACCEPT CO ME AP ED : By : By: By: CO CTOR (S ) ture) !00 W NGINEE )gn ' re) E ( S e) [Date . !D /.� Date : lell� ?S- / Date : e — ? 00942 - Change Order No, 1 10-22-2013 00942 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\4dmin\agenda items\00942 - Change Order No. 1 10-22-2013.doc Rev. 05101 10/2212013 CHANGE ORDER No. 1 Description of Itemized Changes HISTORIC DODGERTOWN ROOM RENOVATIONS PROJECT NO. 1341 / BID NO . 2014003 Item No. IDescription I Unit I Quantity Unit Price I Price Increase Price Decrease PRICE DECREASES 48 SMALL ROOM # 164 RENOVATIONS EA 1 71410 . 00 71410 . 00 49 SMALL ROOM # 165 RENOVATIONS EA 1 71410 . 00 71410 . 00 50 SMALL ROOM # 166 RENOVATIONS EA 1 71410 . 00 71410 . 00 51 ISMALL ROOM # 167 RENOVATIONS EA 1 1 1 71410 . 00 1 7 , 410 . 00 52 SMALL ROOM # 168 RENOVATIONS EA 1 71410 . 00 71410 . 00 PRICE INCREASE 1000 FORCE ACCOUNT LS 1 51070 . 71 51070 . 71 HISTORIC DODGERTOWN ROOM RENOVATIONS SUBTOTAL 59070. 71 37,050. 00 TOTAL 319979m29 F:\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\agenda items\Change Order No. 1 Approved 10-22-2013 00310- 1 DIVISION 1 GENERAL REQUIREMENTS TITLE SECTION NO . SPECIAL PROVISIONS 01009 PROJECT LAYOUT 01050 REFERENCE STANDARDS 01091 GENERAL QUALITY CONTROL 01215 PROGRESS MEETINGS 01220 DETAILED CONSTRUCTION SCOPE OF WORK 01310 SUBMITTAL OF SHOP DRAWINGS , PRODUCT DATA AND SAMPLES 01340 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01520 PROTECTION OF THE WORK AND PROPERTY 01541 ACCESS ROADS , PARKINGS AREAS AND USE OF PUBLIC STREETS 01550 TRANSPORTATION AND HANDLING OF MATERIALS 01610 AND EQUIPMENT STORAGE OF MATERIAL AND EQUIPMENT 01611 SUBSTITUTIONS 01630 SITE CLEANUP AND RESTORATION 01710 .POST FINAL INSPECTION 01820 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1341 - Historic Dodgertown (fka VB Sports Village) Room Renovation s)\Admin\bid documents\Master Contract Docs\Master Contract Documents\DIVISION 1 GENERAL REQUIREMENTS . doc SECTION 01009 SPECIAL PROVISIONS 1 . 1 GENERAL A . Visits to the construction site may be made by representatives of permitting or governing bodies . Submit details of all instructions from the above to the ENGINEER immediately . The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction . Be Furnish sufficient labor , construction equipment and materials , and work such hours , including night shifts and overtime operations , as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule . If, in the opinion of the ENGINEER , the CONTRACTOR falls behind the progress schedule , take such steps as may be necessary to improve progress , all without additional cost to the OWNER . The ENGINEER shall be compensated for his overtime services in accordance with the Supplementary Conditions , SC -6 . 02 , C . All salvageable material and equipment such as tv ' s & chairs for which specific use , relocation or other disposal is not specifically noted , shall remain the property of the OWNER and shall be delivered to the OWNER at the following location : Indian River County , Ixora Warehouse 180 27th Avenue S . W . , at the CONTRACTOR ' s expense . All material and equipment not in salvageable condition , as determined by the ENGINEER and the OWNER , shall be disposed of by the CONTRACTOR , at the CONTRACTOR ' s expense . D . In addition to these Specifications all work must comply with the requirements of the local , State and Federal agencies ' specifications and permits . In the event of a conflict , the more stringent specification or requirement shall govern . + + END OF SECTION + + 01009 - 1 01009 -Special Provisions F \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village ) Room Renovations)Wdmin \bid documents\Master Contract Docs\Master Contract Documents\01009 - Special Provisions . doc SECTION 01050 PROJECT LAYOUT 1 . 1 GENERAL A . Contractor shall develop and make all detail surveys and measurements needed for construction . B . Be solely responsible for all locations , dimensions and levels . No data other than written orders of the ENGINEER shall justify departure from the dimensions and levels required by the Drawings . C . Safeguard all points , measurements , marks and monuments made or established on the Work , and reestablish same , if disturbed . Rectify all work improperly installed because of not maintaining or not protecting said points , measurements , marks and monuments . D . When requested by the ENGINEER , provide such facilities and assistance as may be necessary for the ENGINEER to check work performed by the CONTRACTOR . E . The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental . F . . Prior to commencing work , the CONTRACTOR shall satisfy himself as to the accuracy of all survey and existing site information as indicated in the Contract Documents . Immediately notify the ENGINEER upon discovery of any errors , inaccuracies or omissions . The commencing of any of the work by the CONTRACTOR shall be held as the CONTRACTOR ' s acceptance that existing site information is correct and accurate , without any reasonably inferable errors , inaccuracies or omissions . + + END OF SECTION + + 1050- 1 01050 Field Engineering F :\Public Works\ENGINEER ING DIVISION PROJECTS\1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)V\dmin\bid documents\Master Contract Docs\Master Contract Documents\01050 - Field Engineering.doc SECTION 01091 REFERENCE STANDARDS 1 . 1 GENERAL A . Whenever reference is made to the furnishing of materials or testing thereof to conform to the standards of any technical society , organization or body , it shall be construed to mean the latest standard , code , specification or tentative specification adopted and published at the date of advertisement for bids , unless noted otherwise in the Technical Specifications or on the Drawings . When a reference standard is specified , comply with requirements and recommendations stated in that standard , except when they are modified by the Contract Documents , or when applicable laws , ordinances , rules , regulations or codes establish stricter standards . The list of specifications presented in Paragraph B is hereby made a part of the Contract , the same as if repeated herein in full . Be Reference to a technical society , organization , or body may be made in the Specifications by abbreviations , in accordance with the following list : AASHTO The American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWWA American Water Works Association AWS American Welding Society FED . SPEC . Federal Specifications 01091 - 1 01091 Reference Standards F : \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01091 - Reference Standards.doc CRSI Concrete Reinforcing Steel Institute FDEP/ DEP Florida Department of Environmental Protection DNR Department of Natural Resources NCPI National Clay Pipe Institute NEMA National Electrical Manufacturers Association NEC National Electric Code NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration PCI Prestressed Concrete Institute FDOT/ DOT Florida Department of Transportation U . L . , Inc . Underwriter' s Laboratories , Inc . SSPC Steel Structures Painting Council SJRWMD St . Johns River Water Management District C . When no reference is made to a code , standard or specification , the standard specifications of ASTM , FDOT , or ANSI shall govern . D . In the event of a conflict between the specifications prepared by the ENGINEER and the above referenced specifications and standards , or any other regulatory specification or standard , the more stringent requirement prevails . + + END OF SECTION + + 01091 -2 01091 Reference Standards F \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01091 - Reference Standards. doc SECTION 00942 - Change Order Form No . 1 DATE OF ISSUANCE : 10/22/2013 EFFECTIVE DATE : 10/22/2013 OWNER : Indian River County CONTRACTOR OAC Action Construction , Corp . Project: HISTORIC DODGERTOWN ROOM RENOVATIONS Project No . 1341 Bid No . 2014003 You are directed to make the following changes in the Contract Documents : Description : Remove renovations for Small Rooms 164 , 165 , 166 , 167 and 168 . Reason for Change Order : To reduce contract Attachments : ( List documents supporting change) Description of Itemized Changes CHANGE IN CONTRACT CHANGE IN CONTRACT TIMES PRICE : Description Amount Description Time Original Contract Price $ 599 . 345 . 00 Original Contract Time: (days or dates) Final Completion : 271 days Net decrease of this Change $ 31 , 979 . 29 Net decrease this Change Order: (days or dates ) Order: Final Completion : 19 days Contract Price with all $ 567 , 365 . 71 Contract Time with all approved (days or dates) approved Change Orders : Change Orders : Final Completion : 252 days ACCEPTE FDa Fla� By : By :CO CTOR (Si ture) re) E000 /0 Date : IO /.� / Date : 00942 - Change Order No, 1 10-22-2013 00942 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\agenda items\00942 - Change Order No. 1 10-22-2013.doc Rev. 05101 SECTION 00948 - Work Change Directive No . DATE OF ISSUANCE : EFFECTIVE DATE : OWNER : Indian River County CONTRACTOR : Project : HISTORIC DODGERTOWN ROOM RENOVATIONS OWNER ' s Contract No . 1341 You are directed to proceed promptly with the following changes : Description : Purpose of Work Change Directive : Attachments : ( List documents supporting change ) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents . Method of determining change in Method of determining change in Contract Prices Contract Times II Unit Prices II Contractor' s Records II Lump Sum a Engineer' s Records ❑ Other: II Other: II By Change Order: II By Change Order: Estimated increase ( decrease) of this Work Estimated increase ( decrease) in Contract Times ,- Change imes :Change Directive $ Substantial Completion : days ; Ready for Final Completion : days . If the change involves an increase , the estimated If the change involves an increase , the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization . authorization . ACCEPTED : RECOMMENDED : APPROVED : By : By : By : CONTRACTOR ( Signature ) ENGINEER ( Signature ) OWNER ( Signature ) Date : Date : Date : * * END OF SECTION F : \PublicWorks\ENGINEERING DIVISION PROJECTS\ 1 341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin \bid documents\Master Contract Docs\Master Contract Documents\00948 - Work Change Directive Rev 06 - 2013 . doc SECTION 01215 GENERAL QUALITY CONTROL 1 . 1 DESCRIPTION OF REQUIREMENTS A . Definitions : Specific quality control requirements for the work are indicated throughout the Contract Documents . The requirements of this section are primarily related to the performance of the work beyond the furnishing of manufactured products . The term " Quality Control " includes , but is not necessarily limited to , inspection and testing and associated requirements . This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance . 1 . 2 RESPONSIBILITY FOR INSPECTIONS AND TESTS CONTRACTOR Responsibility : A . The CONTRACTOR will employ and pay for the services of independent testing laboratories to perform those required inspections and tests . B . No failure of test agencies , whether engaged by the OWNER or CONTRACTOR , to perform adequate inspections of tests or to properly analyze or report results , shall relieve the CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents . It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR , OWNER , ENGINEER , and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work . The program is not intended to limit the CONTRACTOR in his regular quality control program , as needed for general assurance of compliance . 1 . 3 QUALITY ASSURANCE A . General Workmanship Standards : It is a requirement that each category of tradesman or installer performing the work be pre-qualified , to the extent of being familiar with the applicable and recognized quality standards for his category of work , and being capable of workmanship complying with those standards . 1 . 4 PRODUCT DELIVERY- STORAGE- HANDLING Handle , store and protect materials and products , including fabricated components , by methods and means which will prevent damage , deterioration and losses ( and resulting delays ) , thereby ensuring highest quality results as the performance of the work progresses . Control delivery schedules so as to minimize unnecessary long -term storage at the project site prior to installation . + + END OF SECTION + + 01215- 1 01215 General Quality Control F : \PublicWorks\ENGINEERING DIVISION PROJECTS\1 341 - Historic Dodgertown (fka VB Sports Village ) Room Renovation s )\Admin \bid documents\Master Contract Docs\Master Contract Documents\01215 General Quality. doc SECTION 01220 PROGRESS MEETINGS 1 . 1 SCOPE A . Date and Time : 1 . Regular Meetings : As mutually agreed upon by ENGINEER and CONTRACTOR . 2 . Other Meetings : On call . B . Place : CONTRACTOR ' S office at Project site or other mutually agreed upon location . C . ENGINEER shall prepare agenda , preside at meetings , and prepare and distribute a transcript of proceedings to all parties . D . CONTRACTOR shall provide data required and be prepared to discuss all items on agenda . 1 . 2 MINIMUM ATTENDANCE A . CONTRACTOR B . SUBCONTRACTOR : When needed for the discussion of a particular agenda item , CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting . C . CONSTRUCTION COORDINATION MANAGER D . OWNER ' S representative , if required . E . Utility Representatives F . Others as appropriate . G . Representatives present for each party shall be authorized to act on their behalf. 1 . 3 AGENDA Agenda will include , but will not necessarily be limited to , the following : 1 . Transcript of previous meeting . 2 . Progress since last meeting . 3 . Planned progress for next period . 4 . Problems , conflicts and observations . 5 . Change Orders . 6 . Status of Shop Drawings . 7 . Quality standards and control . 8 . Schedules , including off-site fabrication and delivery schedules . Corrective measures , if required . 9 . Coordination between parties . 10 . Safety concerns . 11 . Other business . + + END OF SECTION + + 01220- 1 01220 Progress Meetings F : \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01220 - Progress Meetings . doc SECTION 01310 DETAILED CONSTRUCTION SCOPE OF WORK 1 . 1 GENERAL REQUIREMENTS A . There are 66 rooms to be renovated . ( 45 regular rooms — queens , 2 cabanas, 9 suites and 10 small rooms — doubles ) B . Rooms are to be renovated at minimum 5 rooms at a time . Each group of rooms shall be completed within 16 calendar days for substantial completion and 19 days for final completion . See tentative schedule which outlines the preliminary dates for room renovations . (Section 00520, Article 4 . 02 ) Co A Notice to Proceed will be issued for each group . On Day Sixteen ( 16 ) of the nineteen ( 19 ) calendar days, a walk-through will be conducted and a Certificate of Substantial Completion , along with a list of items to be completed or corrected will be issued . Said work to be completed within three ( 3 ) calendar days . D . At least 3 weeks prior to ordering materials or scheduling work on each group of rooms, Contractor must coordinate with Indian River County and Verotown , LLC ( contact person Craig Callan ( 772 ) 257 -8555 ) and obtain a firm schedule for the renovations . E . A full time Field Superintendent is required on site at all times that work is being performed . F . Contractor is responsible for removing debris from site to dumpster on a daily basis . Dumpster location to be coordinated with Indian River County and Verotown , LLC . G . Contractor is responsible to provide all necessary equipment, temporary lighting and procuring all materials to complete the work as specified in the contract documents . H . Contractor is responsible to obtain and pay all required permits . I . Delivery and storage of all products and materials must be coordinated with Indian River County and Verotown , LLC . Contractor is responsible to provide storage for items to be removed , stored and re - installed in the rooms . J . The specific improvements required for each room type is as follows : 01310- 1 01310 Detailed Construction Scope of Work F : \Public Works\ENGINEER ING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village ) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work . doc 1 . REGULAR ROOMS AND SMALL ROOMS GENERAL a ) Remove all items out of the room to storage . b ) Closet lighting fixtures, pictures, artwork, window curtains, window blinds, dressers, lamps, hairdryers, refrigerator, iron and ironing board , and room mirrors all to be re- used . c ) Demo — Shower unit, bathroom tile floor, bathroom drywall , bathroom vanity, towel bar, toilet paper holder and insulation . d ) Remove wallpaper throughout the entire room . ( NOTE : Some rooms do not have wallpaper. ) e ) Remove any drywall due to moisture damage . f) Remove carpet, save to be re- used ( new pad , nail strips, and transition strips . ) PLUMBING a ) Demo shower unit ( anti -scald shower valve to be re - used , it was installed in 2009 ) . Relocate as required . b ) Demo toilet and vanity faucet . c ) Supply and install Aquatic 60" x 34" x 72" shower unit Model # 16033P, with Moen Brantford brushed nickel shower trim Model # T21526N . ( Re- use existing shower valve ) . d ) Supply and install Kohler pedestal sink with 8- inch spread . Model # 1< 2359-& 0 (white ) . e ) Supply and install Moen Brantford brushed nickel 8- inch spread faucet Model # T6620BN with new Moen 69000 widespread valve . f) Supply and install new American Standard Champion 4 toilets Model # 110945 . Engineered to prevent clogs . g ) Supply and install % turn supply shut off valve for toilets and vanities . h ) Labor to remove concrete and relocate drain , patch floor. ELECTRICAL a ) Provide demolition of electrical for existing wall to be removed . Relocate existing closet switch to the opposite side of the door for existing lighting . b ) Supply and install wire for 2 duplex outlets and 1 quad outlet at 01310-2 01310 Detailed Construction Scope of Work FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 - Historic Dodgertown (fka VB Sports Village ) Room Renovations )Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work . doc counter area . c ) Remove and replace existing outlets and switches in room , white decor switches and receptacles . d ) Remove and replace all TV, computer and telephone jacks . e ) Reinstall bathroom fixtures and closet lights . REMEDIAL FRAMING AND HARDWARE INSTALLATION a ) Remove section of the closet wall to create an opening for a countertop leaving a header the same height as the doorway and the base for partition wall at 36" high . AFF b ) Frame new 24- inch deep closet . c ) Supply and install new countertop with bevel edge laminate . Install reinforcing panels and support beams beneath counter. Colorto be selected . 2" computer grommet to pass through counter . d ) Supply and install flat slab 72" bi - pass door at new closet . Johnson Model # 138F Fascia track with heavy duty hardware . Hollow core hardboard primed 1 - 3/8" doors, doors to have four solid wood edges . e ) Supply and install 2- 1/2 " round Ives satin nickel bkpass pulls . f) Supply and install Deltana 34/2 " x 34/2 " square steel US15 satin nickel door hinges and door strikes . g ) Remove existing closet shelf and re- install . h ) Remove and replace bathroom door. Hollow core hardboard primed 1- 3/8" doors , doors to have four solid wood edges . i ) Remove and replace any damaged base or casing . ( Match existing ) j ) Remove and replace front window sill with standard marble and the bathroom window sill with standard marble . k ) New full length mirror, 20" x 60" frameless with clips . FLOORING a ) Supply and install bathroom flooring 18" x 18 " rectified porcelain tile, minimum tile grout lines, grout and tile to be sealed . Dal -Tile Palatina PT 95 . b ) Supply and install 4" base board porcelain tile . c ) Tile to be installed on a diagonal . d ) Room carpet to be removed and re- installed with new anti- microbial pads and nail strips . PAINTING & DRYWALL FINISH a ) Bathroom drywall to be replaced with % " MR board . b ) Apply Gardz on all wall surfaces, skim walls to level 4 finish and apply medium knockdown texture . ( NOTE : Some rooms will not require knockdown texture . ) 01310-3 01310 Detailed Construction Scope of Work F \Public Works\ENGINEERING DIVISION PROJECTS\1341 - Historic Dodgertown (fka VB Sports Village ) Room Renovations)Vldmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work .doc c ) Paint ceilings with 1 coat Zinsser 1 - 2 - 3 primer, and 2 coats of Optima white acrylic flat finish . d ) Paint walls with 1 coat Zinsser 1 - 2 - 3 primer , and 2 coats of Optima interior semi - gloss white finish . e ) Paint all doors with 1 coat Zinsser 1 - 2 - 3 primer, and 2 coats of Optima interior semi -gloss white finish . f) Paint baseboards with 1 coat Zinsser 1 - 2 - 3 primer, and 2 coats of Optima interior semi -gloss white finish . g ) Prep all new doors and jambs, caulk all joints , fill all holes and sand all surfaces to receive primer or paint . h ) All paint is to be Color Wheel . BATHROOM ACCESSORIES , HARDWARE, FURNITURE a ) Supply and install oval mirrors . Styles Selection 24" x 36" Model # 8408, Item # 159963 . b ) Supply and install Allen and Roth Moravia wall cabinets 22 " W x 8" D x 25 " H . Model # 73054, Item # 361388 . c ) Supply and install Moen Boardwalk toilet paper holder in brushed nickel . Model # Y3208BN . d ) Supply and install Moen Boardwalk towel bar in brushed nickel . Model # Y3224BNO e ) Supply and install door stops for bathroom door and front door, convex wall stops x 26D brushed nickel wall mount . f) Supply and install bathroom door robe/towel rack in brushed nickel, dual hook . g ) Supply and install Schlage bathroom door lock handle in satin nickel, lever handle . Model # F40 V FLA 619 . EXTERIOR DOORS a ) Remove and install new entry doors . Doors to be 30x 68 pre- hung 6 panel smooth fiberglass doors — model is Plastpro with extra blocking for door closer and full mortise lock prep . 6- 5/8" smooth composite poly fiber SRK jambs ( single rabbet kerfed ) white Q- Lon weather-strip . All aluminum adjustable in -swing sill mfg . by Afco Millwork products . 4 x 4 x 5/8 " radius stainless steel hinges with NRP . 180* door viewer Schlage Model # 482AD solid bar door guard . Model LCN # 1461 white door closer, installed . 2 - 1/4" WM #316 primed casing per door . Old doors to be removed off site . Re - install Kaba lock system . MISCELLANEOUS a ) All pictures , art work, and mirrors to be hung back on walls . b ) All fixtures and hardware should be brushed nickel . 01310-4 01310 Detailed Construction Scope of Work F : \Public Works\ENGINEERING DIVISION PROJECTS \ 1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin \bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work . doc C ) Any fixture , hardware, equipment or furnishing substitutions are subject to approval by OWNER . 2 . CABANAS GENERAL a ) Remove all items out of the room to storage . b ) Closet lighting fixtures, pictures, artwork, window curtains, window blinds , dressers, lamps, hairdryers, refrigerator, iron and ironing board , and room mirrors all to be re - used . c ) Demo — Shower unit, bathroom the floor, bathroom drywall , bathroom vanity, towel bar, toilet paper holder and insulation . d ) Remove all texture walls throughout the entire room . Slick walls . e ) Remove any drywall due to moisture damage . f) Remove carpet, save to be re - used ( new pad , nail strips, and transition strips . ) g) Remove counter area directly outside bathroom and demo hot water heater . PLUMBING a ) Demo shower unit ( anti -scald shower valve to be re- used , it was installed in 2009 ) . Relocate as required . b ) Demo toilet and vanity faucet . c ) Supply and install Aquatic 60" x 34" x 72 " shower unit Model # 16033P, with Moen Brantford brushed nickel shower trim Model # T21526N . ( Re- use existing shower valve ) . d ) Supply and install Kohler pedestal sink with 8- inch spread . Model # 1< 2359- & 0 ( white ) . e ) Supply and install Moen Brantford brushed nickel & inch spread faucet Model # T6620BN with new Moen 69000 widespread valve . f) Supply and install new American Standard Champion 4 toilets Model # 110945 . Engineered to prevent clogs . g) Supply and install % turn supply shut off valve for toilets and vanities . h ) Labor to remove concrete and relocate drain , patch floor . i ) Contractor to install ( POU ) Point of Use electric water heater . Merloni Ariston 7 gallon , Model # GL6 ( Provided by Owner ) j ) Supply and install undermount stainless steel sink, Ukinox Model D345 in the bar area . ELECTRICAL 01310-5 01310 Detailed Construction Scope of Work F : \Public Works\ENGINEERING DIVISION PROJECTS \ 1 341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin \bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work . doc a ) Supply and install wire for 2 duplex outlets and 1 quad outlet at counter area . b ) Remove and replace existing outlets and switches in room . White decor switches and receptacles . c ) Remove and replace all TV, computer and telephone jacks . d ) Reinstall bathroom fixtures and closet lights . MISCELLANEOUS a ) Supply and install bi -fold doors for existing closets , opening 68x 6 o . b ) Supply and install 2- 1/2 " round Ives satin nickel bi - pass pulls for bi -fold doors . C ) Supply and install Deltana 34/2 " x 3 - 1/2 " square steel US15 satin nickel door hinges and door strikes . d ) Supply and install new wire closet shelving . e ) Remove and replace bathroom door. Hollow core hardboard primed 1 - 3/8 " doors, doors to have four solid wood edges . f) Remove and replace all base and casing throughout unit and replace with new. g) New full length mirror, 20" x 60" frameless with clips . h ) Supply new upper and lower cabinet at proposed bar area . Cabinets to be constructed of plywood with solid wood face frames, full overlay door, raised panel . Owner to determine wood species . Allow for birch , cherry, mahogany . Drawers to have undermount "soft close " drawer guides . Countertop to be granite . 2 " computer grommet to pass through counter. i ) All pictures, art work, and mirrors to be hung back on walls . j ) All fixtures and hardware should be brushed nickel . FLOORING a ) Supply and install bathroom flooring 18" x 18 " rectified porcelain tile, minimum tile grout lines, grout and tile to be sealed . Dal -Tile Palatina PT 95 . b ) Supply and install 4" base board porcelain tile . c ) Continue the bathroom floor tile out to extend to the end of the bar, and to align with end of bathroom wall . d ) Tile to be installed on a diagonal . e ) Room carpet to be removed and re - installed with new anti - microbial pads and nail strips . PAINTING & DRYWALL FINISH a ) Apply Gardz on all wall surfaces, skim walls to level 4 finish and 01310-6 01310 Detailed Construction Scope of Work F \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations )\Hdmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work . doc apply medium knockdown texture . b ) Paint ceilings with 1 coat Zinsser 1 - 2- 3 primer, and 2 coats of Optima white acrylic flat finish . c ) Paint walls with 1 coat Zinsser 1 - 2 - 3 primer, and 2 coats of Optima interior semi - gloss white finish . d ) Paint all doors with 1 coat Zinsser 1 - 2 - 3 primer, and 2 coats of Optima interior semi - gloss white finish . e ) Paint baseboards with 1 coat Zinsser 1 - 2 - 3 primer, and 2 coats of Optima interior semi - gloss white finish . f) Prep all new doors and jambs , caulk all joints, fill all holes and sand all surfaces to receive primer or paint . g ) All paint is to be Color Wheel BATHROOM ACCESSORIES, HARDWARE, FURNITURE a ) Supply and install oval mirrors . Styles Selection 24" x 36" Model # 8408 , Item # 159963 . b ) Supply and install Allen and Roth Moravia wall cabinets 22 " W x 8" D x 25 " H . Model # 73054, Item # 361388 . c ) Supply and install Moen Boardwalk toilet paper holder in brushed nickel . Model # Y3208BN . d ) Supply and install Moen Boardwalk towel bar in brushed nickel . Model # Y3224BN . e ) Supply and install door stops for bathroom door and front door, convex wall stops x26D brushed nickel wall mount . f) Supply and install bathroom door robe/towel rack in brushed nickel , dual hook . g ) Supply and install Schlage bathroom door lock handle in satin nickel , lever handle . Model # F40 V FLA 619 . EXTERIOR DOORS a ) Supply and install new exterior French impact rated doors . CGI Sentinel Series . b ) Remove and install new entry doors . Doors to be 30x 68 pre- hung 6 panel smooth fiberglass doors — model is Plastpro with extra blocking for door closer and full mortise lock prep . 6- 5 /8" smooth composite poly fiber SRK jambs ( single rabbet kerfed ) white Q- Lon weather- strip . All aluminum adjustable in -swing sill mfg . by Afco Millwork products . 4 x 4 x 5/8" radius stainless steel hinges with NRP . 180' door viewer Schlage Model # 482AD solid bar door guard . Model LCN # 1461 white door closer, installed . 2 - 1/4" WM #316 primed casing per door . Old doors to be removed off site . Re - install Kaba lock system . MISCELLANEOUS 01310- 7 01310 Detailed Construction Scope of Work F :\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown ( fka VB Sports Village) Room Renovation s)\Admin \bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work . doc a ) All pictures , art work , and mirrors to be hung back on walls . b ) All fixtures and hardware should be brushed nickel . c ) Any fixture , hardware , equipment or furnishing substitutions are subject to approval by OWNER . 3 . SUITES GENERAL a ) Remove all items out of the room to storage . b ) Closet lighting fixtures, pictures, artwork, window curtains, window blinds, dressers, lamps, hairdryers , refrigerator, iron and ironing board , and room mirrors all to be re - used . c ) Demo — Shower unit, bathroom tile floor, bathroom drywall , bathroom vanity, towel bar, toilet paper holder and insulation . d ) Remove any drywall due to moisture damage . e ) Remove carpet, save to be re - used ( new pad , nail strips, and transition strips . ) PLUMBING a ) Demo shower unit ( anti -scald shower valve to be re- used , it was installed in 2009 ) . Relocate as required. b ) Demo toilet and vanity faucet . c ) Supply and install Aquatic 60" x 34" x 72" shower unit Model # 16033P, with Moen Brantford brushed nickel shower trim Model # T2152BN . ( Re- use existing shower valve ) . d ) Supply and install Kohler pedestal sink with & inch spread . Model # 1< 2359-&0 (white ) . e ) Supply and install Moen Brantford brushed nickel & inch spread faucet Model # T6620BN with new Moen 69000 widespread valve . f) Supply and install new American Standard Champion 4 toilet Model # 110945 . Engineered to prevent clogs . g ) Supply and install % turn supply shut off valve for toilets and vanities . h ) Labor to remove concrete and relocate drain , patch floor . ELECTRICAL a ) Supply and install wire for 2 duplex outlets and 1 quad outlet at counter area . b ) Remove and replace existing outlets and switches in room . White decor switches and receptacles . c ) Remove and replace all TV, computer and telephone jacks . d ) Reinstall bathroom fixtures and closet lights . 01310-8 01310 Detailed Construction Scope of Work F : \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations )\Admin \bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work doc REMEDIAL FRAMING AND HARDWARE INSTALLATION a ) Supply and install new countertop with bevel edge laminate . Height to be ADA compliant . Color to be selected . 2 " computer grommet to pass through counter . b ) Supply and install Deltana 3 - 1/ 2 " x 3 - 1/ 2" square steel US15 satin nickel door hinges and door strikes for bathroom doors . c ) Remove existing closet shelf and re - install later . d ) Remove and replace bathroom door . Hollow core hardboard primed 1- 3/8" doors, doors to have four solid wood edges . e ) Remove and replace any damaged base or casing . ( Match Existing ) f) Remove and replace front window sill with standard marble and the bathroom window sill with standard marble . g ) New full length mirror, 20" x 60" frameless with clips . FLOORING a ) Supply and install bathroom flooring 18" x 18" rectified porcelain tile , minimum the grout lines , grout and tile to be sealed . Dal -Tile Palatina PT 95 . Allow for an additional 36 sq . ft . in front of countertop to receive porcelain tile . b ) Supply and install 4" base board porcelain tile . c ) Room carpet to be removed and re - installed with new anti - microbial pads and nail strips . PAINTING & DRYWALL FINISH a ) Apply Gardz on all wall surfaces , skim walls to level 4 finish and apply medium knockdown texture . b ) Paint ceilings with 1 coat Zinsser 1- 2- 3 primer, and 2 coats of Optima white acrylic flat finish . c ) Paint walls with 1 coat Zinsser 1 - 2- 3 primer, and 2 coats of Optima interior semi -gloss white finish . d ) Paint all doors with 1 coat Zinsser 1 - 2 - 3 primer, and 2 coats of Optima interior semi - gloss white finish . e ) Paint baseboards with 1 coat Zinsser 1- 2- 3 primer, and 2 coats of Optima interior semi - gloss white finish . f) Prep all new doors and jambs , caulk all joints , fill all holes and sand all surfaces to receive primer or paint . g ) All paint is to be Color Wheel . BATHROOM ACCESSORIES, HARDWARE , FURNITURE a ) Supply and install oval mirrors . Styles Selection 24" x 36" Model # 8408, Item # 159963 . 01310- 9 01310 Detailed Construction Scope of Work F \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown Jka VB Sports Village ) Room Renovations )Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work . doc b ) Supply and install Allen and Roth Moravia wall cabinets 22 " W x 8 " D x 25 " H . Model # 73054, Item # 361388 . c ) Supply and install Moen Boardwalk toilet paper holder in brushed nickel . Model # Y3208BNo d ) Supply and install Moen Boardwalk towel bar in brushed nickel . Model # Y3224BNo e ) Supply and install door stops for bathroom door and front door, convex wall stops x26D brushed nickel wall mount . f) Supply and install bathroom door robe/towel rack in brushed nickel , dual hook . g ) Supply and install Schlage bathroom door lock handle in satin nickel , lever handle . Model # F40 V FLA 619 . EXTERIOR DOORS a ) Remove and install new entry doors . Doors to be 3° x 68 pre- hung 6 panel smooth fiberglass doors — model is Plastpro with extra blocking for door closer and full mortise lock prep . 6- 5/8" smooth composite poly fiber SRK jambs ( single rabbet kerfed ) white Q- Lon weather- strip . All aluminum adjustable in - swing sill mfg . by Afco Millwork products . 4 x 4 x 5/8" radius stainless steel hinges with NRP . 180° door viewer Schlage Model # 482AD solid bar door guard . Model LCN # 1461 white door closer, installed . 2 - 1/4" WM #316 primed casing per door . Old doors to be removed off site . Re- install Kaba lock system . MISCELLANEOUS a ) All pictures, art work, and mirrors to be hung back on walls . b ) All fixtures and hardware should be brushed nickel . c ) Contractor shall supply and install wall mount brackets and mount existing 46" Flat Screen Televisions as directed by OWNER . d ) Any fixture , hardware , equipment or furnishing substitutions are subject to approval by OWNER . + + END OF SECTION + + 01310- 10 01310 Detailed Construction Scope of Work F : \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village ) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01310 - Detailed Construction Scope of Work . doc 01340 — Submittal of Shop Drawings 1 . 1 SCOPE A . Submit shop drawings , product data and samples as required by or inferred by the Drawings and Specifications . Submittals shall conform to the requirements of Article 6 . 17 of the General Conditions , Section 00700 , and as described in this Section . 1 . 2 SHOP DRAWINGS A . Shop drawings are original drawings , prepared by the CONTRACTOR , a subcontractor, supplier, or distributor, which illustrate some portion of the work ; showing fabrication , layout , setting , or erection details . Shop drawings are further defined in Article 6 . 17 , Section 00700 . Be Shop drawings shall be prepared by a qualified detailer and shall be identified by reference to sheet and detail numbers on the Contract Drawings , 1 . 3 PRODUCT DATA A . Product data are manufacturer' s standard schematic drawings and manufacturer's catalog sheets , brochures , diagrams , schedules , performance charts , illustrations , and other standard descriptive data . Product data are further defined in Article 6 . 17 , Section 00700 , Be Modify standard drawings to delete information which is not applicable to the project and supplement them to provide additional information applicable to the project . C . Clearly mark catalog sheets , brochures , etc . , to identify pertinent materials , products , or models . 1 . 4 SAMPLES Samples are physical examples to illustrate materials , equipment , or workmanship and to establish standards by which work is to be evaluated . Samples are further defined in Article 6 . 17 , Section 00700 . 01340 - Submittal of Shop Drawings . doc 01340- 1 F . \Public Works\ENGINEERING DIVISION PROJECTS\ 1 341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01340 - Submittal of Shop Drawings. doc 01340 — Submittal of Shop Drawings 1 . 5 CONTRACTOR ' S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS , PRODUCT DATA AND SAMPLES A . The CONTRACTOR ' s responsibilities for submittal of shop drawings , product data , and samples are set forth in paragraph 6 . 17 of the General Conditions and as further explained herein . B . Prior to submission , thoroughly check shop drawings , product data , and samples for completeness and for compliance with the Contract Documents , verify all dimensions and field conditions , and coordinate the shop drawings with the requirements for other related work . Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means , methods , techniques , sequences and operations of construction , safety precautions and programs incidental thereto , all of which are the CONTRACTOR' s responsibility . 1 . It is CONTRACTOR ' S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents . 2 . Incomplete or inadequate submittals will be returned for revision without review . C . The CONTRACTOR ' s responsibility for errors and omissions in submittals is not relieved by the ENGINEER' s review of submittals . The CONTRACTOR shall approve the shop drawings based on his in -the-field measurements , prior to submittal to the ENGINEER for his review . D . Notify the ENGINEER , in writing at the time of submission , of deviations in submittals from the requirements of the Contract Documents . The CONTRACTOR' s responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER ' s review of submittals , unless the ENGINEER gives written acceptance of specific deviations . E . Begin no work , which requires submittals until return of submittals with the ENGINEER ' s stamp and initials or signature indicating the submittal has been reviewed . 01340 - Submittal of Shop Drawings . doc 01340-2 F \Public Works\ENGINEERING DIVISION PROJECTS\ 1 341 -Historic Dodgertown (fka VB Sports Village ) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01340 - Submittal of Shop Drawings. doc 01340 — Submittal of Shop Drawings 1 . 6 SUBMITTAL REQUIREMENTS AND ENGINEER ' S REVIEW FOR SHOP DRAWINGS , PRODUCT DATA AND SAMPLES A . Submit to : Indian River County Engineering Division 1801 27th Street Vero Beach , FL 32960 B . A letter of transmittal shall accompany each submittal . If data for more than one Section of the Specifications is submitted , a separate transmittal letter shall accompany the data submitted for each Section . Co At the beginning of each letter of transmittal , provide a reference heading indicating the following : 1 . OWNER ' S Name 2 . Project Name 3 . Contract Number 4 . Transmittal Number 5 . Section Number D . All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER . The following is a sample Submittal Form that the CONTRACTOR may use : [The remainder of this page has been left blank intentionally] 01340 - Submittal of Shop Drawings . doc 01340-3 F : \PublicWorks\ENGINEERING DIVISION PROJECTS\1341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01340 - Submittal of Shop Drawings doc 01340 — Submittal of Shop Drawings CONTRACTOR SUBMITTALS SUBMITTAL NO . Contractor : Date Sent to County No . Copies Sent to County ❑ Original Submittal ❑ Re- Submittal Project Name : Historic Dodgetown Room Renovations Project No . . 1341 ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description : Sub- Contractor : Remarks . Reviewing Agency : (As checked below) Date Received Date Returned No . Copies Ret ' d ❑ I R C Engineering Div . ❑ I R C Utilities Services Remarks : IRC Engineering Division Date Rec' d from Contractor Date Ret'd to Contractor. 180127 Street No . Copies Ret'd Vero Beach , FI . 32960 Remarks : Distribution of Copies : IRC Engineering Division Office File Field Office File 01340 - Submittal of Shop Drawings . doc 01340-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\ 1 34 1 - Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01340 - Submittal of Shop Drawings . doc 01340 — Submittal of Shop Drawings E . All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR . Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR . F . Assign a number to each submittal starting with No . 1 and thence numbered consecutively . Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal , the suffix " B " for the second resubmittal , etc . G . Initially submit to ENGINEER a minimum of six (6 ) copies of all submittals that are on 11 - inch by 17 - inch or smaller sheets ( no less than 8 1 /2 - inch x 11 - inch ) , and one unfolded sepia and 2 prints made from that sepia for all submittals on sheets larger than 11 - inch by 17 - inch . H . After ENGINEER completes his review , Shop Drawings will be marked with one of the following notations : 1 . Approved 2 . Approved as Corrected 3 . Approved as Corrected - Resubmit 4 . Revise and Resubmit 5 . Not Approved I . If a submittal is acceptable , it will be marked "Approved " or "Approved as Corrected " . Three ( 3 ) prints or copies of the submittal will be returned to CONTRACTOR . J . Upon return of a submittal marked "Approved " or "Approved as Corrected " , CONTRACTOR may order , ship or fabricate the materials included on the submittal , provided it is in accordance with the corrections indicated . K . If a Shop Drawing marked "Approved as Corrected " has extensive corrections or corrections affecting other drawings or Work , ENGINEER may require that CONTRACTOR make the corrections indicated thereon and resubmit the Shop Drawings for record purposes . Such drawings will have the notation , "Approved as Corrected - Resubmit . " L . If a submittal is unacceptable , three ( 3 ) copies will be returned to CONTRACTOR with one of the following notations : 1 . " Revise and Resubmit" 2 . " Not Approved " 01340 - Submittal of Shop Drawings . doc 01340-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\AdmiMbid documents\Master Contract Docs\Master Contract Documents\01340 - Submittal of Shop Drawings . doc 01340 — Submittal of Shop Drawings M . Upon return of a submittal marked " Revise and Resubmit" , make the corrections indicated and repeat the initial approval procedure . The " Not Approved " notation is used to indicate material or equipment that is not acceptable . Upon return of a submittal so marked , repeat the initial approval procedure utilizing acceptable material or equipment . N . Any related Work performed or equipment installed without an "Approved " or "Approved as Corrected " Shop Drawing will be at the sole responsibility of the CONTRACTOR . O . Submit Shop Drawings well in advance of the need for the material or equipment for construction and with ample allowance for the time required to make delivery of material or equipment after data covering such is approved . CONTRACTOR shall assume the risk for all materials or equipment which is fabricated or delivered prior to the approval of Shop Drawings . Materials or equipment will not be included in periodic progress payments until approval thereof has been obtained in the specified manner . P . ENGINEER will review and process all submittals promptly , but a reasonable time should be allowed for this , for the Shop Drawings being revised and resubmitted , and for time required to return the approved Shop Drawings to CONTRACTOR . Q . Furnish required submittals with complete information and accuracy in order to achieve required approval of an item within three submittals . All costs to ENGINEER involved with subsequent submittals of Shop Drawings , Samples or other items requiring approval , will be back-charged to CONTRACTOR in accordance with the General Conditions and the Supplementary Conditions . If the CONTRACTOR requests a substitution for a previously approved item , all of ENGINEER ' S costs in the reviewing and approval of the substitution will be back-charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR . + + END OF SECTION + + 01340 - Submittal of Shop Drawings . doc 01340-6 F: \Public Works\ENGINEERING DIVISION PROJECTS\ 1341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documen ts\01340 - Submittal of Shop Drawings . doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1 . 1 SCOPE A . Provide all construction equipment and facilities and temporary controls required to satisfactorily complete the work represented on the Drawings and described in the Specifications . 1 . 2 RESPONSIBILITY A . All construction facilities and temporary controls remain the property of the Contractor establishing them and shall be maintained in a safe and useful condition until removed from the construction site . B . All false work , scaffolding , ladders , hoistways , braces , pumps , roadways , sheeting , forms , barricades , drains , flumes , and the like , any of which may be needed in construction of any part of the work and which are not herein described or specified in detail , must be furnished , maintained and removed by the CONTRACTOR , who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their improper construction , maintenance or operation . C . In accepting the Contract , the CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists , cranes , temporary structures or work and for any damage which may result from their failure or their improper construction , maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims , suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision . 1 . 3 TEMPORARY UTILITIES AND SERVICES A . TEMPORARY WATER 1 . Provide a temporary water service as required for all construction purposes and pay for all water used . 2 . Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job . 3 . Provide all temporary piping , hoses , etc . , required to transport water to the point of usage by all trades . 4 . When temporary water service is no longer required , remove all temporary water lines . 01520- 1 F : \PublicWorks\ENGINEERING DIVISION PROJECTS\ 1 341 -Historic Dodgertown ( fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01520 - Construction Facilities . doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS B . TEMPORARY SANITARY FACILITIES 1 . Provide temporary toilet facilities separate from the job office . Maintain these during the entire period of construction under this Contract for the use of all construction personnel on the job . Provide enough chemical toilets to conveniently serve the needs of all personnel . Properly seclude toilet facilities from public observation . 2 . Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances . Immediately correct any facilities or maintenance methods failing to meet these requirements . Upon completion of work , remove the facilities from the premises . 1 . 4 SECURITY Full time watchmen will not be specifically required as a part of the Contract , but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public , workmen , and materials , and provide for the security of the site , both day and night . 1 . 5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract . In dry weather , spray dusty areas daily with water in order to control dust . Take necessary steps to prevent the tracking of mud onto adjacent streets and highways . 1 . 6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities , services , and controls and legally dispose of them as soon as the work is complete . The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER . + + END OF SECTION + + 01520-2 F \Public Works\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village ) Room Renovations )Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01520 - Construction Facilities . doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1 . 1 GENERAL A . CONTRACTOR shall be responsible for taking all precautions , providing all programs , and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein . B . In order to prevent damage , injury or loss , CONTRACTOR ' S actions shall include , but not be limited to , the following : 1 . Store apparatus , materials , supplies , and equipment in an orderly , safe manner that will not unduly interfere with the progress of the Work or the Work of any other Contractor or utility service company . 2 . Provide suitable storage facilities for all materials , which are subject to injury by exposure to weather , theft , breakage , or otherwise . 3 . Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work . 4 . Clean up daily all refuse , rubbish , scrap materials , and debris caused by construction operations , so that at all times , the site of the Work presents a safe , orderly , and workmanlike appearance . 5 . Provide barricades and guard rails around openings , for scaffolding , for temporary stairs and ramps , around excavations , elevated walkways and other hazardous areas . C . Except after written consent from proper parties , do not enter or occupy privately-owned land with men , tools , materials or equipment , except on easements provided herein . D . Assume full responsibility for the preservation of all public and private property or facility on or adjacent to the site . If any direct or indirect damage is done by or on account of any act , omission , neglect or misconduct in the execution of the Work by the CONTRACTOR , it shall be restored by the CONTRACTOR , at its expense , to a condition equal to or better than that existing before the damage was done . 1 . 2 BARRICADES AND WARNING SIGNALS Where Work is performed on or adjacent to any roadway , right- of-way , or public place , provide barricades , fences , lights , warning signs , danger signals , and watchmen , and take other precautionary measures for the protection of persons or property and of the Work . Paint barricades so they are visible at night . From sunset to sunrise , furnish and maintain at least one light at each barricade . Erect sufficient barricades to keep vehicles from being driven on or into Work under construction . Furnish watchmen in sufficient numbers to protect the Work . CONTRACTOR Is responsibility for the maintenance of barricades , signs , lights , and for providing watchmen shall continue until OWNER accepts the Project . 01541 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1 341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01541 - Protection of Property. doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1 . 3 DAMAGE TO EXISTING STRUCTURES AND UTILITIES A . The CONTRACTOR shall be responsible for and make good all damage to pavement beyond the limits of this Contract , buildings , telephone or other cables , water pipes , sanitary pipes , or other structures which may be encountered , whether or not shown on the Drawings . B . Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer . This information is not guaranteed , however , and it shall be this CONTRACTOR Is responsibility to determine the location and character of any existing utilities . He shall use every means possible to determine said locations . Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from his activities . + + END OF SECTION + + 01541 -2 F : \PublicWorks\ENGINEERING DIVISION PROJECTS\1 341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01541 - Protection of Property . doc SECTION 01550 ACCESS ROADS , PARKING AREAS AND USE OF PUBLIC STREETS 1 . 1 GENERAL A . Construction access shall be coordinated with Indian River County and Verotown , LLC . B . Prevent interference with traffic and the OWNER ' s operations on existing roads and parking areas . Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR ' s operations . C . Roadways , parking areas , grassed areas , etc , damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER . D . Remove temporary facilities such as roads , walks and parking areas prior to final acceptance and return the ground to its original condition , unless otherwise required by the Contract Documents . E . All trucks/moving equipment shall have backup warning horns in proper working order while on the job site . + + END OF SECTION + + 01550 Access Roads 01550 - 1 F :\PublicWorks\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01550 - Access Roads . doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1 . 1 GENERAL A . Make all arrangements for transportation , delivery and handling of equipment and materials required for prosecution and completion of the Work . B . Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours . Shipments shall be addressed and consigned to the proper party giving name of Project , street number and city . Shipments shall be stored in areas approved by OWNER . Co If necessary to move stored materials and equipment during construction , CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation . 1 . 2 DELIVERY A . Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation . B . Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following : 1 . Work of other contractors , or OWNER . 2 . Limitations of storage space . 3 . Availability of equipment and personnel for handling products . 4 . OWNER ' S use of premises . 5 . Leasee use of premises (Verotown , LLC ) C . Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER . D . Do not have products delivered to site until required storage facilities have been provided . E . Have products delivered to site in manufacturer' s original , unopened , labeled containers . Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work . 01610 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1 341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01610 - Transportation and Handling of Materials and Equipment . doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT F . Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment , to permit easy accumulation of parts , and to facilitate assembly . G . Immediately on delivery , inspect shipment to assure : 1 . Product complies with requirements of Contract Documents and reviewed submittals . 2 . Quantities are correct . 3 . Containers and packages are intact , labels are legible . 4 . Products are properly protected and undamaged . 1 . 3 PRODUCT HANDLING A . Provide equipment and personnel necessary to handle products , including those provided by OWNER , by methods to prevent soiling or damage to products or packaging . Be Provide additional protection during handling as necessary to prevent scraping , marring or otherwise damaging products or surrounding surfaces . Co Handle products by methods to prevent bending or overstressing . D . Lift heavy components only at designated lifting points . E . Materials and equipment shall at all times be handled in a safe manner and as recommended by manufacturer or supplier so that no damage will occur to them . Do not drop , roll or skid products off delivery vehicles . Hand carry or use suitable materials handling equipment . + + END OF SECTION + + 01610 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01610 - Transportation and Handling of Materials and Equipment.doc SECTION 01611 STORAGE OF MATERIAL AND EQUIPMENT 1 . 1 GENERAL A . Store and protect materials and equipment in accordance with manufacturer' s recommendations and requirements of Specifications . B . Make all arrangements and provisions necessary for the storage of materials and equipment . Place all construction equipment , and materials and equip. ment to be incorporated into the Work , so as not to injure any part of the Work or existing facilities , and so that free access can be had at all times to all parts of the Work and to all public utility installations in the vicinity of the Work . Keep materials and equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors , public travel , tenants and occupants . Arrange storage in a manner to provide easy access for inspection . C . Areas available on the construction site for storage of material and equipment shall be as shown or approved by the ENGINEER . D . Store materials and equipment which are to become the property of the OWNER to facilitate their inspection and insure preservation of the quality and fitness of the Work , including proper protection against damage by extreme temperatures and moisture . E . Do not use lawns , grass plots or other private property for storage purposes without written permission of the OWNER or other person in possession or control of such premises . F . CONTRACTOR shall be fully responsible for loss or damage to stored materials and equipment . G . Do not open manufacturers containers until time of installation unless recommended by the manufacturer or otherwise specified . H . When appropriate store materials on wood blocking so there is no contact with the ground . + + END OF SECTION + + 01611 - 1 01611 —Storage of Material F \Public Works\ENGINEERING DIVISION PROJECTS\ 1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01611 - Storage of Materials . doc SECTION 01630 SUBSTITUTIONS 1 . 1 GENERAL A . Requests for review of a substitution shall conform to the requirements of Article 6 . 05 , " Substitutes and Or- Equals , " of the General Conditions , and shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents . 1 . 2 CONTRACTOR ' S OPTIONS A . For materials or equipment ( hereinafter products ) specified only by reference standard , select product meeting that standard by any manufacturer, fabricator , supplier or distributor ( hereinafter manufacturer) . To the maximum extent possible , provide products of the same generic kind from a single source . Be For products specified by naming several products or manufacturers , select any one of the products or manufacturers named which complies with Specifications . C . For products specified by naming one or more products or manufacturers and stating " or equivalent , " submit a request for a substitution for any product or manufacturer which is not specifically named . D . For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted , there is no option and no substitution will be allowed . E . Where more than one choice is available as a CONTRACTOR's option , select product which is compatible with other products already selected or specified . 1 . 3 SUBSTITUTIONS A . During a period of 15 days after date of commencement of Contract Time , ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufacturers , and construction methods ( if specified ) . 1 . After end of specified period , requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR . Be Submit 5 copies of Request for Substitution . Submit a separate request for each substitution . In addition to requirements set forth in Article 6 . 05 of General Conditions , include in the request the following : 1 . For products or manufacturers : a . Product identification , including manufacturer' s name and address . b . Manufacturer' s literature with product description , performance and test data , and reference standards . 01630- 1 01630 Substitutions F : \PublicWorks\ENGINEERING DIVISION PROJECTS\1 341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01630 - Substitutions . doc C , Samples , if appropriate . d . Name and address of similar projects on which product was used , and date of installation . 2 . For construction methods ( if specified ) : a . Detailed description of proposed method . b . Drawings illustrating method . 3 . Such other data as the ENGINEER may require to establish that the proposed substitution is equal to the product , manufacturer or method specified . C . In making Request for Substitution , CONTRACTOR represents that : 1 . CONTRACTOR has investigated proposed substitution , and deter- mined that it is equal to or superior in all respects to the product , manufacturer or method specified . 2 . CONTRACTOR will provide the same or better guarantees or warranties for proposed substitution as for product , manufacturer , or method specified . 3 . CONTRACTOR waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent . D . A proposed substitution will not be accepted if: 1 . Acceptance will require changes in the design concept or a substantial revision of the Contract Documents . 2 . It will delay completion of the Work , or the work of other contractors . 3 . It is indicated or implied on a Shop Drawing and is not accompanied by a formal Request for Substitution from CONTRACTOR . E . If the ENGINEER determines that a proposed substitute is not equal to that specified , furnish the product , manufacturer, or method specified at no additional cost to OWNER . F . Approval of a substitution will not relieve CONTRACTOR from the requirement for submission of Shop Drawings as set forth in the Contract Documents , G . The procedure for review by Engineer will include the following : 1 . Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR . 2 . Upon receipt of an application for review of a substitution , Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item . 3 . If the substitution will not require a more extensive review , Engineer will proceed with the review without additional cost to CONTRACTOR . 01630-2 01630 Substitutions F :\PublicWorks\ENGINEERING DIVISION PROJECTS\1 341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01630 - Substitution s . doc 4 . If the substitution requires a more extensive review , Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse Owner for the review cost . 5 . Engineer may require CONTRACTOR to furnish at CONTRACTOR ' s expense additional data about the proposed substitute . H . Any redesign of structural members shall be performed by , and the plans signed and sealed by , a Professional Engineer registered in the State of Florida . The redesign shall be at the CONTRACTOR Is expense . Any redesign will require an extensive review by the Engineer . The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner' s Engineer proceeding with the design review . The ENGINEER ' s hourly rate for review is $ 125 per hour . The ENGINEER ' s estimated cost of review shall be provided to the CONTRACTOR prior to proceeding with the review to allow the CONTRACTOR the opportunity to rescind the request . I . Engineer will be allowed a reasonable time within which to evaluate each proposed substitution . Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution . The CONTRACTOR shall not order , install , or utilize any substitution without either an executed Change Order or Engineer' s notation on the reviewed shop drawing . Owner may require CONTRACTOR to furnish at CONTRACTOR ' s expense a special manufacturer' s performance guarantee (s ) or other surety with respect to any substitute and an indemnification by the CONTRACTOR . ENGINEER will record time required by Engineer and Engineer' s consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby . Whether or not a proposed substitute is sued , CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer' s consultants for evaluating each proposed substitute . J . Substitute materials or equipment may be proposed for acceptance in accordance with this Section . In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment , than the net difference in cost shall benefit the Owner and CONTRACTOR in equal proportions . This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment . + + END OF SECTION + + 01630-3 01630 Substitutions F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)Wdmin\bid documents\Master Contract Docs\Master Contract Documents\01630 - Substitutions . doc SECTION 01710 SITE CLEANUP AND RESTORATION 1 . 1 SCOPE Furnish all labor , equipment , appliances , and materials required or necessary to clean up and restore the site after the construction is completed . 1 . 2 REQUIREMENTS A . During the progress of the project , keep the work and the adjacent areas affected thereby in a neat and orderly condition . Remove all rubbish , surplus materials , and unused construction equipment . Repair all damage so that the public and property owners will be inconvenienced as little as possible . Be Provide onsite containers for the collection of waste materials , debris , and rubbish and empty such containers in a legal manner on a daily basis . C . Where material or debris has been deposited in watercourses , ditches , gutters , drains , or catch - basins as a result of the CONTRACTOR ' s operations , such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work , and the ditches , channels , drains , etc . , shall be kept clean and open at all times . D . Before the completion of the project , unless otherwise especially directed or permitted in writing : 1 . Tear down and remove all temporary buildings and structures ; 2 . Remove all temporary works , tools , and machinery , or other construction equipment furnished ; 3 . Remove all rubbish from any grounds occupied ; and 4 . Leave the roads , all parts of the premises , and adjacent property affected by construction operations , in a neat and satisfactory condition . E . Restore or replace any public or private property damaged by construction work , equipment , or employees , to a condition at least equal to that existing immediately prior to the beginning of the operations . To this end , the CONTRACTOR shall restore all highway , roadside , and landscaping work within any right- of-way , platted or prescriptive . Acceptable materials , equipment , and methods shall be used for such restoration . F . Thoroughly clean all materials and equipment installed and on completion of the work , deliver the facilities undamaged and in fresh and new- appearing condition . 01710 Site Cleanup 01710- 1 F : \PublicWorks\ENGINEERING DIVISION PROJECTS\ 1 341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\01710 - Site Cleanup. doc G . It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed , destroyed , or damaged during construction . H . When finished surfaces require cleaning with cleaning materials , use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces . Use cleaning materials only on those surfaces recommended by the manufacturer . Follow the manufacturer' s directions and recommendations at all times . I . Keep the amount of dust produced during construction activities to a minimum . At CONTRACTOR ' s expense , spray water or other dust control agents over the areas , which are producing the dust . Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces . 1 . 3 SITE CLEANUP AND RESTORATION Prior to final completion , the OWNER , ENGINEER , VEROTOWN , LLC , and CONTRACTOR shall review the site with regards to site cleanup and restoration . Clean and/or restore all items determined to be unsatisfactory by the OWNER or ENGINEER , at no additional expense . + + END OF SECTION + + 01710 Site Cleanup 01710 -2 F :\Public Works\ENGINEERING DIVISION PROJECTS\1 341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)W.dmin\bid documents\Master Contract Docs\Master Contract Documents\01710 - Site Cleanup . doc SECTION 01820 Post Final Inspection 1 . 1 GENERAL A . Approximately one year after Final Completion , the OWNER will make arrangements with the CONTRACTOR for a post final inspection and will send a written notice to said parties to inform them of the date and time of the inspection . B . Corrections of defective work noted by OWNER shall comply with the applicable sections of Article 13 , General Conditions . C . After the inspection , the OWNER will inform the CONTRACTOR of any corrections required to release the construction bond . 001820 - Post Final Inspection rev 05- 13 . doc 001820 - 1 F .\Public Works\ENGINEERING DIVISION PROJECTS\1341 -Historic Dodgertown (fka VB Sports Village) Room Renovations)\Hdmin\bid documents\Master Contract Docs\Master Contract Documents\001820 - Post Final Inspection rev 05- 13. doc DIVISION 2 TECHNICAL PROVISIONS SECTION DESCRIPTION DIVISION 1 , GENERAL REQUIREMENTS SECTION NO . 001400 Quality Control SECTION NO , 001700 Project Closeout DIVISION 6, CARPENTRY SECTION NO , 006100 Rough Carpentry SECTION NO . 006200 Finish Carpentry DIVISION 7, THERMAL AND MOISTURE PROTECTION SECTION NO . 007160 Underslab Vapor Retarder DIVISION 8, DOORS, WINDOWS AND GLASS SECTION NO , 008100 Hollow Metal Doors & Frames SECTION NO . 008200 Wood Doors SECTION NO . 008700 Finish Hardware DIVISION 15, MECHANICAL SECTION NO . 15055 Common Piping Requirements SECTION NO . 15080 Mechanical Insulation SECTION NO , 15140 Domestic Water Piping SECTION NO , 15150 Sanitary Waste and Vent Piping SECTION NO . 15410 Plumbing Fixtures SECTION NO . 15425 Plumbing Specialties DIVISION 16, ELECTRICAL SECTION NO , 16050 Basic Electrical Materials and Methods SECTION NO , 16060 Grounding and Bonding SECTION NO , 16140 Wiring Devices SECTION NO . 16145 Lighting Control Devices SECTION NO , 16715 Voice and Data Communication Cabling F :\Public Works\ENGINEERING DIVISION PROJECTS\ 1341 - Historic Dodgertown (fka VB Sports Village) Room Renovations)\Admin\bid documents\Master Contract Docs\Master Contract Documents\DIVISION 2 TECHNICAL PROVISIONS Table of Contents . doc SECTION 01400 - QUALITY CONTROL PART 1 - GENERAL 1 . 01 GENERAL : The work of this section includes Quality Assurance ; and the independent laboratory and field sampling, testing, inspections, supervision and reports of those materials required by the various sections of these specifications . Tests and inspections shall be performed by a recognized Testing Laboratory selected by the Contractor and _ . . _._ approved by the Architect.- _ . . _ . .. _ _ .. . _ . . . _ . 1 . 02 COOPERATION : A. Testing Laboratory shall cooperate with all trades whose work affects or is affected by the tests and inspections . Be Contractor shall cooperate with and provide assistance necessary in taking samples , F making field tests and making inspections , and he shall schedule and coordinate his work to hold costs of tests and inspections to a reasonable minimum . 1 . 03 PAYMENTS : A . Costs for tests and inspections shall be incurred by the Contractor. Be If the results of any test or inspection indicates failure to meet the specified requirements , the Contractor shall be responsible for the costs of retesting or reinspection. C . Manner of Work : When in the opinion of the Architect, tests or inspections are required because of the manner in which the Contractor does his work, such as questionable quality of materials and/or workmanship, questionable sources of material , substitution of materials or sources of same for those previously accepted, or failure or material to comply with specification or plan requirements ; the costs for such tests or inspections shall be incurred by the Contractor. D . Should the Contractor refuse to perform such tests , the direct cost of testing, incurred by the Owner, shall be deducted from the Contract sum for construction. 1 . 04 DEFECTIVE MATERIALS : The Architect reserves the right to demand for test or special examination any material or part thereof to insure compliance with the specification and he may reject any material or part judged defective as a result of such tests and the Contractor shall replace such defective material or part with material or part that does comply with the specifications at no additional expense to the Owner . 014004 1 . 05 REPORTS : Test and inspection reports shall be written immediately upon conclusion of each procedure ; Copies shall be provided to the following : Architect Contractor 1 . 06 TEST CRITERIA : The specific test and inspection procedures and their required results are enumerated herein by reference to recognized standards and shall be the required method for testing and judging the results unless deviations from the standards are specifically mentioned . 1 . 07 STANDARDS : Applicable Standards listed in these Specifications include, but are not necessarily limited to , standards promulgated by the following agencies and organizations . 1 . AASHTO = American Association of State Highway and Transportation Officials , 341 National Press Building, Washington, D . C . 20004 . 2 . ACI = American Concrete Institute, Box 19150 , Redford, Station, Detroit , Michigan 48219 . 3 . AISC = American Institute of Steel Construction, Inc. 1221 Avenue of the Americas , New York, NY 10020 . 4 . ANSI = American National Standards Institute (successor USASI and ASA) 1430 Broadway, New York, NY 10018 5 . ASTM = American Society for Testing and Materials , 1916 Race Street, Philadelphia, PA 19103 6 . AWS = American Welding Society, Inc . , 2501 N . W . 7th Street, Miami, FL 33125 7 . AWWA = American Water Works Association, Inc . , 6666 West Quincy Ave . , Denver, CO 80235 8 . CRSI = Concrete Reinforcing Steel Institute, 228 North Lasalle Street, Chicago , M 60610 9 . CS = Commercial Standard ofNBS , U . S . Department of Commerce , Government Printing Office , Washington, DC 20402 10 . FGMA = Flat Glass Marketing Association, 3310 Harrison, Topeka, KS 66611 01400 -2 Ila NAAMM = The National Association of Architectural Metal Manufacturers, 1033 South Boulevard, Oak Park, IL 60302 12 . NEC = National Electrical Code (see NFPA) 13 . NEMA = National Electrical Manufacturers Association, 155 East 44th Street, New York, NY 10017 14 . NFPA = National Fire Protection Association (Life Safety Code) 470 Atlantic Avenue, Boston, MA 02210 15 . SBCC = Southern Building Code Congress International, Inc . 900 Montclair Road , Birmingham; AL 35213 . 16 . FBC = Florida Building Code, latest adopted addition. * * * END OF SECTION * * * 01400-3 SECTION 01700 - PROJECT CLOSEOUT PART 1 - GENERAL 1 . 01 GENERAL The provisions of this section apply primarily to closeout of actual physical work, not to administrative matters such as final payment and changeover of insurance . Specific requirements in other sections have precedence over general requirements of this section . _ 1 . 02 RECORD. .DOCUMENTATION A . Record Drawings : Maintain a complete set of blue/blackline prints of contract drawings and shop drawings for record mark-up purposes throughout the Contract Time . Mark-up drawings during the course of the work to show changes and actual installation conditions , sufficient to form a complete record for Owner ' s purposes . Give particular attention to work for Owner' s purposes . Give particular attention to work which will be concealed and difficult to measure and record at a later date, particularly work which may require servicing or replacement during the life of the project. Request subcontractors and mechanics marking the prints to sign and date each mark-up . Bind prints into manageable sets, with durable paper covers, appropriately labeled. Record drawings to be available at time of landscaping. B . Operation and Maintenance Manuals : Provide (4) four 3 -ring vinyl- covered binders containing required maintenance manuals , properly identified and indexed . Include operating and maintenance instructions ; extended to cover emergencies , spare parts , warranties, inspection , procedures , diagrams, safety, security, and similar appropriate data for each system or equipment item . Provide names and phone numbers of all subcontractors and suppliers as a cover sheet in each binder . 1 . 03 OPERATOR INSTRUCTIONS Require each installer of systems requiring continued operation/maintenance by Owner ' s operating personnel , to provide on location instruction to Owner ' s personnel , sufficient to ensure safe, secure, efficient, non-failing utilization and operation of systems . Provide instructions for the following categories of work : Mechanical , electrical and electronic systems (not limited to work of Divisions 15 and 16) . Live plant materials , lawns and irrigation systems well , pump, potable water treatment systems , fire sprinklers, security system, and fire alarm control system . PART 3 - EXECUTION 3 . 01 FINAL CLEANING 01700 - 1 At closeout time, clean or reclean entire work to normal level for "first class" maintenance/cleaning of building projects of a similar nature . Remove non-permanent protection and labels , polish glass , clean exposed finished, touch-up minor finish damage , clean or replace filters of mechanical systems , remove debris and broom-clean non. occupied spaces , sanitize plumbing facilities , clean light fixtures and replace burned- out/dimmed lamps , sweep and wash paved areas, police yards and grounds to the property line, and perform similar cleanup operations needed to produce a "clean" condition as determined by Architect and Owner ' s Representative . 3 . 02 PROCEDURES AT SUBSTANTIAL COMPLETION A . Prerequisites : Comply with General Conditions and complete the following before requesting the Architect ' s inspection of the work, or designated portion thereof, for substantial completion : Complete installation of building and equipment to such level as the Owner could , if necessary, occupy the facilities . Submit executed warranties , workmanship bonds , maintenance agreements , inspection certificates and similar required documentation for specific units of work, enabling Owner ' s unrestricted occupancy and use . Complete instruction of Owners operating personnel , and start-up of systems . Complete final cleaning, and remove temporary facilities and tools . B . Inspection Procedures : Upon completion of Contractor' s request for inspection the Architect will either proceed with inspection or advice Contractor of prerequisites not fulfilled . Following initial inspection, the Architect will either prepare certificate of substantial completion, or advise Contractor of work which must be performed prior to issuance of certificate ; and repeat inspection when requested and assured that work has been substantially completed . Results of completed inspection will form initial "punch-list" for final acceptance . 3 . 03 PROCEDURES AT FINAL ACCEPTANCE Upon receipt of Contractor' s notice that work has been completed, including punch- list items resulting from earlier inspections , and excepting incomplete items delayed because of acceptable circumstances , the Architect will reinspect the work . Upon completion of reinspection the Architect will either recommend final acceptance and final payment, or advise contractor of work not completed or obligations not fulfilled as required for final acceptance, if necessary, procedure will be repeated. * * *END OF SECTION * * * F 017o0-2 C . For water- borne preservatives , include statement, that moisture content of treated materials was reduced to a maximum of 15 % prior to shipment to project site. D . Fire-retardant treatment : Include certification by treatment plant that treatment material complies with governing ordinances and that treatment will not bleed through finished surfaces . 1 . 04 PRODUCT HANDLING Delivery and Storage : Keep materials dry at all times . Protect against exposure to weather and contact with damp or wet surfaces . Stack lumber and plywood, and provide air circulation within stacks . 1 . 05 JOB CONDITIONS Coordination : Fit carpentry work to other work ; scribe and cope as required for an accurate fit . Correlate location of furring , nailers , blocking, grounds and similar supports to allow proper attachment of other work . PART 2 - PRODUCTS 2001 WOOD PRODUCT QUALITY STANDARDS A . Lumber Standards : Comply with PS 20 . B . Plywood Standards : Comply with PS 1 . C . Factory mark each piece of lumber and plywood with type , grade , mill and grading agency, except omit marking from surfaces to be exposed with transparent finish or without finish . 2 . 02 MATERIALS A . Nominal sizes are indicated , except as shown by detail dimensions . Provided actual sizes as required by PS 20 , for moisture content specified for each use . Provide dressed lumber, S4S , unless otherwise indicated . Provide seasoned lumber with 10 % maximum moisture content at time of dressing . B . Framing Lumber : (2 " through 4 " thick) C . For light framing (less than 6 " wide) , provide the following grade and species : Construction grades , any species . 1 1 06100-2 D . Miscellaneous Lumber : Provide wood for support or attachment of other work including cant strips, bucks, nailers , blocking, furring, grounds, stripping, and similar members . Provide lumber of sizes shown or specified, worked into shapes shown, and as follows . Moisture content : 19 % maximum for lumber items not specified to receive wood preservative treatment. E. Grade : Construction Grade light framing size lumber of any species or board size lumber as required . Provide construction grade boards (RIS or WCLB) or No . 2 boards (SPIB or WWPA) . F . Plywood : Where plywood will be exposed in finished work supply the following : 1 . Where painted finish is indicated , provide A- C,fEXT-APA plyv✓aod with Grade A face exposed and Grade C concealed, for exterior use; and provide A-D/INT- APA plywood with Grade A face exposed and Grade D concealed, for interior use . 2 . Concealed P1 ood : Where plywood will be concealed by other work, provide C -D Plugged/INT-APA . 3 . For backing panels for electrical or telephone equipment, provide 3 /4 " fire. retardanttreated plywood with exterior glue . 2 . 03 MISCELLANEOUS MATERIALS A . Fasteners and Anchorages : Provide size, type, material and finish as indicated and as recommended by applicable standards, complying with applicable Federal Specifications ' for nails , staples, screws , bolts , nuts, washers and anchoring devices . Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommended nails . Where rough carpentry work is exposed to weather, in ground contact, or in area of high relative humidity, provide stainless steel fasteners . Interior work shall utilize hot dipped galvanized. B . Building Paper: Asphalt saturated felt, non-perforated, 154 or 30 #, ASTM D226 , 2 . 04 WOOD TREATMENT A . Preservative treatment: Where lumber or plywood is indicated as "Trt- Wd", "RTO " or "Treated", or is specified herein to be treated, comply with applicable requirements of AWPA Standards C2 (Lumber) and C9 (Plywood) and of AWPA standards listed below. Mark each treated items with the AWPB Quality Mark Requirements . 06100-3 B . Pressure-treat above-ground items with water-borne preservatives complying with AWPB LP -2 . After treatment, kiln- dry to a maximum moisture content of 15 . Treat indicated items and the following : Wood cants, nailers , cures , blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers and water proofing. Wood sills , sleepers , blocking furring, stripping and similar concealed members in contact with masonry or concrete . C . Fire-Retardant Treatment : Where "FR- S " lumber or plywood is specified or otherwise indicated, provide materials which comply with AWPA standards for pressure impregnations with fire-retardant chemicals , and which have a flame spread rating of not more than 25 when tested in accordance with UL Test 723 or ASTM E84 , and show no increase in flame spread and significant progressive combustion upon, continuation of test for an additional 20 minutes . Kiln-dry treated items to maximum moisture content of 19 % . Provide UL label on each piece of fire-retardant lumber or plywood . D . Inspect each piece of treated lumber or plywood after drying and discard damaged or defective pieces . PART 3 - EXECUTION - INSTALLATION 3 . 01 GENERAL A . Discard units of material with defects which might impair quality of work, and units which are too small to fabricate work with minimum joints or optimum joint arrangement. B . Set carpentry work accurately to required levels and lines , with members plumb and true and accurately cut and fitted . CO Securely attach carpentry work to substrate by anchoring and fastening as shown and as required by recognized standards . Countersink nail head on exposed carpentry work and fill holes . D . Use common wire nails , except as otherwise indicated . Use finishing nails for finish work. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials . Make tight connections between members . Install fasteners without splitting of wood; pre-drill as required. 06100-4 ` 3 . 02 WOOD GROUNDS NAILERS BLOCKING AND SLEEPERS A . Provide wherever shown and where required for screedmg or attachment of other work . Form to shapes as shown and cut as required for true line and level of work to be attached . Coordinate location with other work involved . B . Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise shown. Build into masonry during installation of masonry work . Where possible, anchor to formwork before concrete placement . C. ._P_rovide -permanent grounds- of dressed preservative-treated,-key beveled -lumber not less than 1 %2 " wide and thickness required to bring face of ground to exact thickness of finish material involved. Remove temporary grounds when no longer required . 3 . 03 WOOD FURRING (WD-FUR) A . Install plumb and level with closure strips at edges of openings . Shim with wood as required for tolerance of finished work. B . Furring to Receive Plywood Paneling : Unless otherwise shown, provide 1 " x3 " furring at 2 'o . c . , horizontally and vertically. Structural framing to receive furring will dictate the spacing, size and type of furring. Refer to drawings and details . 3 . 04 WOOD FRAMING GENERAL (WD-FRM) 1 A . Provide framing members of sizes and on spacings shown, and frame openings as shown, or if not show, comply with recommendations of "Manual for House Framing" of National Forest Productions Association . Do not splice structural members between supports . B . Anchor and nail as shown, and to comply with "Recommended Nailing Schedule" of "Manual for Housing Framing" and other recommendations of the N.F . P . A . 3 . 05 INSTALLATION OF PLYWOOD (PWD A . Comply with recommendations of the American Plywood Association (APA), for the installation of plywood and per the current edition of the Florida Building Code nailing patterns . 3 . 06 GENERAL REQUIREMENTS 1 . All work shall comply with the standards of the American Institute of Timber Construction, AWI, API, AWPA, and local codes and regulations . 2 . All framing shall be square, plumb and true . 3 . All furring shall be shimmed to a plumb , true surface. 06100 -5 4 . All lumber in contact with masonry shall be #2 yellow pine, pressure treated . 5 . Coordinate blocking and backing requirements of all trades and provide where indicated and required . 6 . Provide solid blocking behind all shower valves . 7 . Provide rough openings for all manufactured items such as medicine cabinets, fire extinguisher cabinets, etc . o. 8 . Provide wood fire cats in all interior and exterior frame walls where vertical cavity exceeds 8 feet and where soffits adjoin vertical walls . 9 . Construct 3 /4 inch BC plywood plenum bases , including vertical sides, for all Closet Mounted Air-Handling Units . Line interiors with 5 /8 " type "X" gypsum board to comply with non-combustible plenum requirements . * * * END OF SECTION * * * 06100 - 6 SECTION 06200 - FrMSH CARPENTRY PART 1 - GENERAL 1 . 01 RELATED WORK SPECIFIED ELSEWHERE A . Rough Carpentry Section 06100 Be Wood Doors Section 08200 C . Finish Hardware Section 08700 D . Chalkboards , Tackboards, & Pegboards Section 10100 E . .- . Plasticl,aminated_ Toilet -Partitions- . - - Section- 10160 1 . 02 QUALITY ASSURANCE - STANDARDS A . The "Quality Standards " of the Architectural Woodwork Institute shall apply and by reference are hereby made a part of this Specification . Any reference to Premium , Custom or Economy shall be as defined in the latest edition of the AWI Standards . Be Any items not given a specific quality grade , shall be custom grade . C . Products of other manufacturers may be proposed under conditions as set forth in the Contract Conditions of these Specifications . 1 . 03 DELIVERY AND STORAGE A . Deliver manufactured material in original packages . Be Store all finish materials in an enclosed shelter providing protection from damage and exposure to the elements . 1 . 04 MISCELLANEOUS WOODWORK Shelving not included in Casework Specifications nor in Casework Drawings : A . SWI Custom Grade if stained. Be AWI Economv Grade if painted . PART 2 - PRODUCTS 2 . 01 INTERIOR WOODWORK FOR PAINT FINISH A Quality Grade : Economy grade requirements of AWI Quality Standards . Be Wood Species : B and better V . G. Fir, Birch, or where indicated on Drawings - B and better Oak. 06200-1 C . Plywood : All plywood shall be exterior grade, Group 1 , A, B , Veneer grades . This shall include any plywood shelving to receive paint as indicated on the casework drawings . PART 3 - EXECUTION 3 . 01 INSTALLATION OF WOODWORK A . Only experienced finish carpenters are to work on exposed woodwork . Be Erect all work plumb , level and true to the line and detail . C . Make any adjustments necessary for proper operation . D . Nailin : Use finish nails and counter sink . Fill holes with putty after prime coat . E . Sand all finish woodwork and leave ready for finishing. 3 . 02 DOORS A . Install doors as provided under other Sections of these Specifications . Be Install doors true and plumb with equal clearances at jambs and head . `} f ` 1 C . Make any adjustments necessary for proper operation . 3 . 03 HARDWARE Install finish hardware as specified under another Section of these Specifications . A . Installation of all finish hardware shall be by a skilled and experienced mechanic in a neat and workmanlike manner. Where required, the hardware shall be removed for application of finishes and fully protected until final installation. Be Carefully tag and file all keys in the key file and deliver all keys to the Owner ' s representative at the completion of the job . See Finish Hardware for detailed specifications and instructions . 3 . 04 CLEAN UP A. Leave all work in neat and in a finished condition. Be Remove all debris as result of work under this Section of these Specifications . * * *END OF SECTION ' 06200-2 SECTION 07160 — UNDERSLAB VAPOR RETARDER PART 1 - GENERAL 1 . 01 SECTION INCLUDES A . Surface preparation. B . Application of underslab vaporproofing membrane . 1 . 02 RELATED SECTIONS A . Section 03300 — Cast in Place Concrete B . Section 09650 — Resilient Tile Flooring 1 . 03 REFERENCES A . American Society for Testing and Materials (ASTM) 1 . ASTM E 1745 Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil Or Granular Fill Under Concrete Slabs . 2 . ASTM E 154 Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs . 3 . ASTM E 96 Standard Test Methods for Water Vapor Transmission of Materials . 4 . ASTM E 1643 Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs . B . American Concrete Institute (ACI) 1 . ACI 302 . 1 R- 96 Vapor Barrier Component (plastic membrane) is not less than 10 mils thick . 1 . 04 SUBMITTALS A . Comply with Section 01300 - Submittal Procedures , B . Submit manufacturer's product data and application instructions . 1 . 05 DELIVERY, STORAGE AND HANDLING A . Deliver materials to site in manufacturer' s original, unopened containers and packaging, with labels clearly identifying product name and manufacturer . B . Store materials in a clean dry area in accordance with manufacturer' s instructions . i 07160- 1 co Stack membrane on smooth ground or wood platform to eliminate warping . D . Protect materials during handling and application to prevent damage or 1 contamination. 1 . 06 ENVIRONMENTAL REQUIREMENTS A . Product not intended for uses subject to abuse or permanent exposure to the elements . B . Do not apply on frozen ground . PART 2 - PRODUCTS 2 . 01 MANUFACTURER A . W. R. MEADOWS , INC . , PO Box 338 , Hampshire, Illinois 60140- 0338 . ( 800) 342- 5976 . ( 847) 683 -4500 . Fax ( 847) 683 -4544 . Website : www. wrmeadows . com . 2 . 02 MATERIALS A . Plastic Vapor Retarder 1 . Performance Based Specification : Vapor Retarder membrane must meet or exceed all requirements of ASTM E 1745 Classes A, B , & Co a. Minimum Permeance ASTM E 96 : 0 . 034 Perms b . Resistance to Organisms and Substrates in Contact with Soil ASTM E 154 , Section 13 : 0 . 051 Perms c . Tensile Strength ASTM E 154 , Section 9 : 52 LBS . Force/Inch d . Puncture Resistance ASTM D 1709 , Method B : 3 ,770 Grams e . Water Vapor Retarder ASTM E 1745 : Meets or exceeds Class A, B & C f. Thickness of Retarder (plastic) ACI 302 . 1 R-96 : Not less than 10 mils 2 . Proprietary Based Specification : a. PERMINATOR 10 mil by W . R . MEADOWS . 2 . 03 ACCESSORIES A . Seam Tape 1 . High Density Polyethylene Tape with pressure sensitive adhesive . Minimum width 4 inches . 07160-2 Be Pipe Boots 1 . Construct pipe boots from vapor barrier material and pressure sensitive tape per manufacturer's instructions . PART 3 - EXECUTION 3 . 01 EXAMINATION A . Examine surfaces to receive membrane . Notify Architect if surfaces are not acceptable . Do not begin surface preparation or application until unacceptable conditions have been corrected . 3 . 02 SURFACE PREPARATION A . Prepare surfaces in accordance with manufacturers instructions . 3 . 03 APPLICATION A . Installation shall be in accordance with manufacturer's instructions and ASTM E 1643 - 98 . Be Unroll vapor barrier with the longest dimension parallel with the direction of the pour. co Lap vapor barrier over footings and seal to foundation walls . D . Overlap joints 6 inches and seal with manufacturer' s tape . E . Seal all penetrations (including pipes) with manufacturer' s pipe boot . F . No penetration of the vapor barrier is allowed except for reinforcing steel and permanent utilities . G . Repair damaged areas by cutting patches of vapor barrier, overlapping damaged area 6 inches and taping all four sides with tape . * * *END OF SECTION * * * 07160-w3 DIVISION 8 , DOORS , WINDOWS AND GLASS SECTION 08100 - HOLLOW METAL DOOR AND FRAMES PART 1 - GENERAL 1 . 01 RELATED WORK SPECIFIED ELSEWHERE A . Wood Doors Section 08200 B . Finish Hardware Section 08700 C . _Painting_ _ Section . 09900 - 1 * 02 9900 -1 . 02 QUALITY CRITERIA Hollow Metal Work shall be manufactured by one of the following or equal : A . Ceco Corporation B . Steelcraft C . Firedoor Corporation of Florida D . Quality Engineered Products Co . , Inc . , Tampa, FL E . Republic Steel Doors & Frames, Pembroke Park, FL F . Amweld Building Products , Inc . G . Curries 1 . 03 SUBMITTALS : SHOP DRAWINGS A . Submit shop drawings in accordance with Contract Conditions , covering each type of door and frame, frame conditions , and complete anchorage details , supplemented by suitable schedules covering doors and frames . B . Show glass and louver opening sizes and locations in doors . 1 . 04 DELIVERY, STORAGE AND HANDLING A . Delivery : Deliver products to the job site in their original unopened containers or wrappings clearly labeled with the manufacturer' s name and brand designation, door schedule number, referenced specification number, type , class and rating as applicable . B . Storage : Store products in an approved dry area; protected from contact with soil and from exposure to the elements . Keep products dry at all times . C . Handling : Handle products in a manner that will prevent breakage and damage to products . 08100 - 1 PART 2 - PRODUCTS 2 . 01 MATERIALS A . Frames (Door) L Exterior : 16 gauge A- 60 gale . coated, bonderized sheet steel . Exterior : 14 gauge A- 60 galv . coated bonderized sheet steel , over 6 ' - 0 " in width . NOTE : Provide 3/4 " back bents on all frames mounted to brick veneers or prefinished split-faced masonry products in lieu of the standard 1 /2 " . 2 . Interior : 16 gauge A- 60 galv . coated bonderized sheet steel . Interior : over 4 '- 0 : in width, 14 gauge . NOTE : Provide 3 /4 " back bents on all fr =W c mounted to brick veneers or prefinished split-faced masorxr'y products in lieu of the standard 1 /2 " . B . Hardware Reinforcement (Frames) - Steel 1 . Hinges : 7 gauge by 1 - 1 /2 " or 1 - 5 /8 " x 10 " 2 . Closers and holders : 12 gauge by 16 " 3 . Strikes : 1 - 1 /4 " x 4 - 7/8 " ANSI l6gauge 1 - 1 / 8 " x 2- 3 /4 " strike reinf. 16 gauge 1 - 1 / 8 " x 3 - 1 /2 " deadlock strike 12 gauge 1 - 1 / 8 " x 2 - 3 /4 " strike reinf. No lip 16 gauge C . Frames (Window) 1 . Exterior: 14 gauge A-60 gale . coated, bonderized sheet steel 2 . Interior : 16 gauge A- 60 galv . coated, bonderized sheet steel D . Doors 1 . Exterior : Face sheets 16 gauge A- 60 gale . coated bonderized sheet steel . SDI 100 Grade III , Model 2 , full flush, hollow metal , seamless construction . Closed top and bottom edges flush with face sheets . Extra heavy duty . 2 . Interior : Face sheet's 16 gauge A-60 galv . coated bonderized sheet steel . SDI 100 Grade III, Model 3 , full flush, hollow metal, seamless construction . Closed top and bottom edged flush with face sheets . 3 . Internal Stiffeners : Currie 707 with polystyrene core or approved equal . 4 . Sound Deadening : Type standard with the manufacturer . 08100 -2 5 . Hardware Reinforcement - Steel : a. Hinges : 7 ga. x 1 - 1 /2 " or 1 - 5/8 " x 10 " b . Closers and Holders : 12 ga. x 1 -3 /4 " x 10 " c . Locks : 7 ga. x 1 - 1 /4 " x 3 " d . Push/pull plates : 16 ga. x 14 " x 14 " e . Panic bars : 3 " x 8 " and 4 " x 24 " (24 ga. ) f Glazing and louver beads : 18 ga. g. Coordinator Reinf. : 12 ga. x 1 - 3 /8 " x 15 - 1 /2 " _ 6 . Clips,- Anchors, Bolts , Screws_ and . Rivets : . Steel, types standard with the manufacturer. T Metallic filler: FS TT-F-322 8 . Shop Primer: Baked-on rust-inhibitive . ASTM - B117 Federal Specification TT-P- 636 9 . Field Painting : See Section 09900 2 . 02 FABRICATION A . Frames 1 . Formed to profile as shown on drawings , constructed with square corners , and free of defects, warps or buckle . 2 . Welded-type for concrete, masonry construction and metal stud construction. 3 . Corners and connections welded with exposed welds ground flush and smooth. 4 . Reinforcement: As per Section 2 . 01 B , (3 ) above . 5 . Frames punched to receive rubber silencers , three each door on lock side and two at head of double doors . 6 . Provide removable spreaders attached to bottom of door frames , to insure correct alignment during shipping and installation. 7 . At angle type thresholds , notch frames and extend exterior portion down to lower floor level . 08100-3 8 . Provide sheet metal grout guards in frames at all lock bolts and tapped hardware locations . 9 . Do not fill frames with mortar unless specifically called out on the drawings . 10 . Do not fill mullions , including removable mullions , with mortar unless specifically called out on the drawings . 11 . Silencers shall be installed in frames after doors are installed and painting is completed . B . Anchors 1 . Provide 16 gauge angle shaped floor slips welded to jambs and punched for two 3 / 8 " diameter bolts each . 2 . Provide adjustable length clip angles as required . 3 . Jamb Anchors a . Frames set in masonry : For doors not more than 7 ft. High, provide not less than three 10 " long adjustable 14 gauge corrugated galvanized masonry anchors for each jamb over 7 feet, not less than 4 for each jamb . b . Frames set against previously placed masonry or concrete : For doors not more than 7 feet high , by approval of Owner' s representative only punch each frame jamb and dimple countersink for not less that three 3 / 8 " diameter flat head screws . For doors over 7 feet high, punch less that four 3/ 8 " diameter flat head screws . Provide pipe sleeves with spacers welded into each jamb at each fastening location. Provide 3 /8 " diameter galvanized steel flat head screws with approved expansion anchors or toggles as required. After installing flat head screws fill head of countersink screw with body filler then sand flush with frame . c . Frames set in metal stud partitions : Provide 16 gauge metal jamb anchor clips welded in each jamb at following locations : One at top , one 12 " down from top and 24 " o . c . for remainder of jamb frames . Co Doors l . Internal stiffeners spaced at not over 6 " o . c . 08100 -4 2 . Face sheets spot welded to internal stiffeners at not over 5 " apart and in a manner that will prevent the welds from showing on the exposed side of face sheets . 3 . Hardware reinforcement welded in place as required for hardware application. (See Section 2 . 02) . 4 . Sound deadening : Interior surfaces treated with a sound deadening material to eliminate metallic ring . 5 . Provide 16 gauge pre-bonderized zinc coated steel perimeter channels . Bevel stile edges 1 /8 " in 2 " . 6 . Spot-weld channels to face sheets 3 " o . c . 7 . Close tops of all exterior out swinging doors flush with steel channels . Close flush and seal watertight . 8 . Grind welds off smooth and flush . 9 . Fald edge construction not acceptable . 10 . At angle type thresholds , extend height of door by one inch over height indicated in Door Schedule . D . Doors With Glass Panels L Openings formed so that no bead is required on outside face of doors . 2 . Bead provided on both faces of doors and secured with oval head countersink screws on the inside face . E. Doors with Louvers 1 . Exterior : Provide 16 gauge electro zinc coated bonderized sheet steel louver frames and weatherproof "Z" type louvers full thickness of door welded into doors . 2 . Interior : Provide 18 gauge elector zinc coated bonderized sheet steel louver frames and inverted " Y" type louvers full thickness of door, welded into doors . 3 . Provide special size and shape louvers as shown. 4 . Louver Door Security Panels : Woven wire mesh. Furnish and install on all exterior metal louver doors . 08100 -5 F . Screens Where louvers are indicated on exterior doors provide 18 x 14 . 011 alloy number \ 302/304 stainless steel wire cloth secured in removable . 015 inch stainless steel alloy number 302/304 roll-formed frames . Mount screens on interior of doors with stainless steel screws . G . Fire Door Assemblies 1 . Fire door assemblies , including frames and hardware , shall meet fire test and rating requirements in accordance with the procedure of Underwriters Laboratories or Factory Mutual Laboratories . Provide appropriate labels on doors and frame . 2 . Fabrication and assembly requirements necessary to obtain labels will take precedence over requirements shown or specified, except where requirements shown or specified exceed the sizes or gauges required for labeling . 3 . Required ratings are as shown on drawings . H . Finish Hardware Coordination Metal doors and frames shall be prepared at the factory for application of finish hardware at the job site . Templates are to be supplied by the finish hardware manufacturer to assure accurate preparation of doors and frames in accordance with the Hardware Schedule . I . Shop Painting by Manufacturer 1 . Imperfections spot glazed with metallic filler and sand smooth . 2 . Doors and frames shall be cleaned thoroughly in preparation to receive manufacturer' s shop primer. 3 . After cleaning and treating the frames , the manufacturer shall apply a coat of baked- on-rust- inhibitive primer prior to shipping. PART 3 - EXECUTION 3 . 01 INSTALLATION A . General : 1 . Install new doors and frames in locations shown on drawings . Thoroughly `^'1 clean and prime prior to installation. ! 08100 -6 2 . Install new window frames in locations shown on drawings . Thoroughly clean and prime prior to installation . 3 . Prior to applying finish paint, areas where prime coat has been damaged shall have any rust removed, sanded smooth and touched up with same primer as applied at shop . 4 . Finish paint doors and frames as indicated in Section 09900 PAINTING, in colors as called out on the Interior Design Plans or Painting Schedule . B . Deliver the .work, ready . to set . up and erect in place as rapidly - as the - general construction work permits . Set work in place in accordance with approved setting drawings , in plumb and level positions , strongly secured against displacement and with built- n. anchors . Ia*1 masonry construction, set fra�i� es in advance of masonry work. C . Fastening : Secure each frame floor clip to concrete floor with two 3 /8 " diameter cadmium plated bolts set in drilled tamp -ins or self-drilling concrete anchors . Install jamb anchors as called for in 2/02 , B . 3 . NOTE : Do not fill any frames with mortar unless specifically called out on the plans . D . Bracing : Brace frame jambs and heads receiving poured concrete adequately to resist deflection : brace frames in masonry walls and partitions adequately so the was and partitions may be erected against same . E . Install doors after masonry work and plastering have been completed and accurately fit and adjust doors to work properly. Application finish hardware and door installation is specified in Division. 3 . 02 CLEAN-UP A . Upon completion of installation, clean surfaces of doors and frames by the procedure recommended by the Door Manufacturer. B . Clean up all rubbish and debris caused by this work and remove from the site . Leave areas surrounding openings in a broom-clean condition. * * * END OF SECTION "' 08100-7 SECTION 08200 - WOOD DOORS PART 1 - GENERAL 1 . 01 RELATED WORK SPECIFIED ELSEWHERE A . Hollow Metal Section 08100 B . Finish Hardware Section 08700 D . Finish Carpentry Section 06200 E . Painting Section 09900 1 . 02QUALITY AS SURANCE Products of the following manufacturers or equal are acceptable : A . Marshfield DoorSystems, Inc . (Formerly Weyerhaeuser Company) B . Eggers Industries, Architectural Door Division C . Ipik Door Co . , Inc. D . VT Industries, Inc . , Holstein, Iowa E . Southwood Door, A Division of OSHKOSH 1 . 03 SUBMITTALS A . Product Data: Submit shop drawings indicating location and size of each door, 1 elevation of each kind of door, details of construction , location and extent of hardware blocking, fire ratings, and other pertinent data. B . Shop Drawings : Submit shop drawings indicating location and size of each door, elevation of each kind of door, details of construction, location and extent of hardware blocking, fire ratings , and other pertinent data. C . Specific Product Warranty: Submit written agreement on door manufacturer ' s standard form signed by Manufacturer, Installer and Contractor, agreeing to repair or replace defective doors which have warped (bow, cup or twist) or which show telegraphing of core construction below in face veneers, or do not conform to tolerance limitations of NWMA and AWL 1 . 04 PRODUCT DELIVERY. STORAGE AND HANDLING A . Protect wood doors during transit, storage and handling to prevent damage, soiling and deterioration. Comply with the "On-Site Care" recommendations of NWMA pamphlet " Care and Finishing of Wood Doors" and with manufacturer's instructions, and as otherwise indicated. B . Package doors at factory prior to shipping using manufacturer ' s standard method. 08200- 1 PART 2 - PRODUCTS 2 . 01 SOLID CORE DOORS (Locations as called out on the Door Schedules) A . 20 minute at interior locations and offices as indicated on plans . Provide 1 hour label at interior 1 hour rated fire wall assemblies and 1 1/2 hour label at 2 hour rated wall assemblies as per the Life Safety Plans or Building Plans . B . Standard : Meet or exceed NWMA Industry Standard I . S . 1 - 78 Series and Architectural woodwork Institute Type SLC and FD . C . Veneer : stain grade birch per door schedule . D . Edize Band : Per manufacturers procedures . E . Crossbands : Per manufacturers procedures . F . Core : Staved hardwood lumber blocks bonded under pressure with 100 % glue coverage ; mineral core at label doors . G . Glue : Type I (face assembly) and type H (core assembly) . H . Lights and Louvers : Cut to size as indicated on drawings . Provide type 2 stops for f lights . J . Guarantee : 10 Years , interior use only. 2 . 02 HOLLOW CORE DOORS (Located as called out on the door schedules) A . Veneer : stain grade birch per door schedule . B . Edge Band : Per manufacturers procedures . C . Cros_ Per manufacturers procedures . D . Glue : Type I (face assembly) E . Guarantee : 10 Years , interior use only. PART 3 - EXECUTION 3 . 01 INSPECTION A . Verify that door frames are of type required for the door and are installed as required for proper installation of doors . 08200 -2 B . Do not install doors in frames which would hinder operation of doors . C . Do not remove labels from rated doors or cover with paint . 3 . 02 INSTALLATION A. Fitting and machining : 1 . Fit doors for width by planing; for height by sawing . a. . '/2 " from bottom (3 / 16 over threshold, saddle or carpet) b. 1 /8 " maximum frame top. and sides . C . Bevel lock and hinge edges 1 /8 " to 1 /2 " . 2 . Machine doors for hardware . 3 . Cut light and louver openings in door not exceeding maximum 40 % of height and 5 " from door edge . 4 . Seal all job site cut surfaces with two coats of paint or polyurethane before final hanging . B . Installation of Doors : Install in accordance with requirements of NWMA Standard Door Guarantee, and manufacturer ' s instructions . C . Install fire rated doors in corresponding fire rated frames in accordance with requirements of NFPA No . 80 . D . Fimshiniz : Door shall be field painted or polyurethaned , per Interior Finish Schedule and in accordance with Section 09900 , PAINTING . 3 . 03 ADJUST AND CLEAN A . Replace or re-hang doors which are hingebound and do not swing or operate freely. B . Replace doors damaged during the construction period or that show glue spots . C . Refinish or replace doors damaged during installation. D . Replace doors that are warped and that pull away from door stops . E . Adm all pocket doors so that door faces do not rub jambs or frames, and the doors hang plumb in the openings . All pocket doors shall utilize 5 - 1 /2 " frames and have steel frame stiffeners to prevent frame distortion. * * *END OF SECTION * * * 08200 -3 SECTION 08700 - FINISH HARDWARE PART 1 - GENERAL mw 1 . 01 WORK NOT INCLUDED A. Rough Hardware Be Casework Hardware CO Installation of Hardware --1-:02- - --GENERAL- A . All exterior doors shall open outward or in direction of travel to an exit . Be Copies of the Hardware Schedule, templates and keying schedules shall be submitted to the Architect and approved before ordering . C . Exchange schedules and template lists , with related trades , for coordination with their . Shop Drawings . 1 . 03 GUARANTEE A. The hardware supplier shall provide a written guarantee that all materials furnished under this Section will be free from defects in the materials and the workmanship for a period of one ( 1 ) year from the date of a final " Certificate of Acceptance" . Be The hardware supplier, after a complete and thorough inspection by the Architect, shall further certify that all items furnished under this Section have been properly located , in accordance with the Hardware Schedule and the manufacturer' s instructions . 1 . 04 SUBMITTALS A . Three (3 ) copies of the Hardware Schedule shall be submitted for approval . Door numbers and hardware groups are not to be changed . Be Approval of the Hardware Schedule shall be for type, operation and finish onto. 1 . 05 DELIVERY A . Each item of hardware shall be delivered to job site, packaged separately, complete with the necessary fasteners , screws and anchors . Provide templates and/or instructions as required. Be Mark each item so as to correspond with the Hardware Schedule, identifying contents j and defining location. 08700- 1 PART 2 - PRODUCTS 2 . 01 HINGES A . All Hinges shall be STANLEY, HAGER, McKINNEY. B . Use three hinges per door leaf on all doors up to a door height of T - 6 " and an extra hinge for each additional thirty (30) inches of door height as noted . C . Provide the following size and type hinges unless otherwise noted in the hardware groups . Provide non-removable pins for exterior doors . 1 . Exterior Doors : 4 - 1 /2 " x 4 - 1 /2 " , Stainless Steel 2 . Interior Doors with Closers : 4 - 1 /2 " x 4 - 1 /2 " , US26D finish 3 . Interior Doors without Closers : 4- 1 /2 " x 4 - 1 /2 " . US26D finish D . Finish 1 . Exterior Doors : Stainless Steel ? 2 . Interior Doors : Satin Chromium Plated Finish 2 . 02 LOCKS & EXIT DEVICES A . All locksets shall be AS SPECIFIED ON THE HARDWARE SCHEDULE. All locks shall have a minimum throw of ''/z " . Finish to be per the Finish Hardware Schedule . Functioning of the locks shall be as designated in the hardware groups . 2 . 03 CLOSING DEVICES A . All hydraulic door closers shall be provided by one manufacturer and guaranteed for five (5 ) years . B . Door Closers shall be LCN at all doors per schedule, fully hydraulic, full rack and pinion action. Closers shall have a separate adjustments for latch speed, general speed and back check. All closers and accessories , except special purpose types, whether applied to hinge side , stop face, over door or on bracket, shall be non-handed . All closers are to be installed on the room side of the door except where noted in the Hardware Schedule . All closers are to be installed with thru-bolts and five screws in the foot. 08700 -2 i 2 . 04 STOPS A . Wall Stops shall be AS SPECIFIED ON THE HARDWARE SCHEDULE , Model WB I 1 or 50C/60C. as required by the wall conditions . Wall stops to be utilized on interior/exterior frame walls to have solid wood backing to prevent drywall failure . Wall Stops WBI I should be mounted to the wood base . Areas with Vinyl or Ceramic Tile Base should utilize the wall stops 50C/60C . 2 . 05 THRESHOLD , WEATHERSTRIP A_ Thee folds-and_Weather- stripping- shall-be -REMKO; to-match- tire- types and sizes- indicated on the Hardware Schedule or detailed on the drawings . B . Provide screws and anchors as required. C . Finish to be per Schedule . 2006 PLACEMENT OF HARDWARE Various items shall have the following heights and locations , unless otherwise indicated . (Heights are shown from finish floor to center line of item) : A . Hinges : Standard PIacement B . Cylindrical Lockset 38 " Co Closer per manufacturer template to give maximum degree of opening . All closers to be mounted on room side of door. D . Stops : 1 . Wall : On wall where knob or pull hits . 2 . Floor : As per standard practice . 3 . Chain Door : As per standard practice. 4 . Over-Head : Per manufacturer template to give maximum degree of opening. All Over-Head stops to be mounted on room side of door . PART 3 - EXECUTION 3 . 01 KEYING A . All cylinder locks shall be keyed to Owner ' s EXISTING system . Coordinate with Owner as to manufacturer and type . . B . Submit keying schedule, based on the instructions and prior approval of the Owner' s representative , for final approval before ordering locks . 087003 C . Delivery 1 . All locks are to be delivered to the job site without the permanent key . All locks are to be keyed to the existing Owner' s master key, if required . 2 . A representative of the Hardware Supplier, upon the completion of the project, shall check all locks for proper location, operation and keying as well as deactivate the construction-key operation and transfer all locks to a permanent key operation . 3 . All permanent keys shall be properly identified and tagged with a code number and location and shall be turned over directly to the Owner' s representative . 4 . Furnish six (6) master keys of each set to the Owner . 3 . 02 DESCRIPTION OF HARDWARE GROUP NUMBERS The following Hardware Schedule is to be used as a general guide . Special or unusual conditions not covered in the schedule will have hardware of a similar type and quality to meet the j ob conditions , and it shall be the hardware consultant' s responsibility to insure that all hardware is supplied to meet job requirements and produce a complete job . F \ GENERAL NOTES 1 . HARDWARE LISTED TAKEN FROM THE FOLLOWING CATALOGS : HAGER Butts CORBIN-RUSSWIN Locks LCN Closers GLYNN JOHNSON Stops PEMKO Thresholds Weather Stripping * * *END OF SECTION * * * 1 08700-4 SECTION 15055 - COMMON PIPING REQUIREMENTS PART 1 - GENERAL (Not Applicable) PART 2 - PRODUCTS 2 . 1 SUPPORTING DEVICES A . Hanger and Pipe Attachments: Factory fabricated with galvanized coatings ; nonmetallic coated for hangers in direct contact with copper tubing. B . Building Attachments : Powder-actuatedAype, . drive=pin attachments with pullout and shear capacities appropriate for supported loads and building materials ; UL listing and FM approval for fire-protection systems . C . Mechanical-Anchor Fasteners : Insert-type attachments with pullout and shear capacities appropriate for supported loads and building materials ; UL listing and FM approval for fire- protection systems . 1 PART 3 - EXECUTION 301 INSTALLATION - - -- A . . _ . Install piping free of sags and bends . - -B . Install fittings for changes in direction and branch connections . C . Install sleeves for pipes passing through concrete and masonry walls, gypsum -board partitions, concrete floor, and roof slabs . D . Exterior Wall , Pipe Penetrations : Mechanical sleeve seals installed in steel or cast-iron pipes for wall sleeves . E . Fire-Barrier Penetrations : Sea] pipe penetrations with firestopping sealant material specified in Division 7 . Install unions adjacent to each valve and at final connection to each piece of equipment. F . Install dielectric unions and flanges to connect piping materials of dissimilar metals in gas , compressed air, and vacuum piping. G . Install dielectric coupling and. nipple fittings to connect -piping materials of dissimilar metals in water and steam piping. t 15055 COMMON PIPING REQUIREMENTS Page l 32 HANGERS AND SUPPORTS A . Install building attachments within concrete or to structural steel . Install additional attachments at concentrated loads, including valves, flanges , guides, strainers , expansion joints , and at changes in direction of piping. B . Install powder-actuated drive-pin fasteners in concrete after concrete is cured . Do not use in lightweight concrete -or in slabs less than 4 inches ( 100 mm) thick. C . Install mechanical-anchor fasteners in concrete after concrete is cured . Do not use in lightweight concrete or in slabs less than 4 inches ( 100 mm) thick. D . Support fire-protection system piping independent of other piping. E . Load Distribution : Install hangers and supports so piping live and dead loading and stresses from movement will not be transmitted to connected equipment. END OF SECTION 15055 1 i� 15055 COMMON PIPING REQUIREMENTS Page 2 SECTION 15080 - MECHANICAL INSULATION PART 1 - GENERAL LI SECTION REQUIREMENTS A ._ . Summary:. . Mechanical- insulation includes pipe and duct- insulation- forindoor- applications.- - ---- - -- - -- B . Submit Product Data for each type of mechanical insulation C . Quality Assurance : UL labeled with maximum flame-spread rating of 25 and maximum smoke- developed rating of 50 according to ASTM E 84 . PART 2 - PRODUCTS 2 . 1 PIPE INSULATION A . Preformed Glass-Fiber Pipe Insulation : ASTM C 547, Class 1 , jacketed, with a k-value of 0 .26 at 75 deg F (23 deg C) mean temperature and an average maximum density of 10 lb/cu . ft. ( 160 kg/cu . m) . 1 B . Flexible Elastomeric Cellular Pipe Insulation : ASTM C 534, Type I, closed-cell insulation with a k-value of 0 . 30 at 75 deg F (23 deg C) mean temperature. 2 .2 DUCT AND EQUIPMENT INSULATION A . Glass-Fiber Insulation : ASTM C 612 , Class 113 , semirigid, jacketed board with a k-value of 0 .26 at 75 deg F (23 deg C) mean temperature and an average maximum density of 12 lb/cu. ft. ( 192 kg/cu. m). B . Glass-Fiber-Blanket Insulation : ASTM C 553 , Type II, Class Fl , jacketed blankets with a k- value of 0 .31 at 75 deg F (23 deg C) mean temperature . C . Flexible Elastomeric Cellular Sheet Insulation : ASTM C 534, Type I, closed-cell insulation with a k-value of 0 .30 at 75 deg F (23 deg C) mean temperature. PART 3 - EXECUTION 3 . 1 INSTALLATION A. Install vapor barriers on insulated pipes with surface operating temperatures below 60 deg F - ( 15 deg C) . 15080 MECHANICAL INSULATION Page 1 B . Insulate fittings, valves, and specialties . C . Seal vapor-barrier penetrations for hangers , supports, anchors, and other projections - D . Coat glass-fiber pipe insulation ends with vapor-barrier coating . E . Seal ends of flexible elastomeric cellular insulation with adhesive . F . Roof Penetrations : Apply insulation for interior applications to a point even with the top of the roof flashing . G . Exterior Wall Penetrations : For penetrations of below-grade exterior walls, terminate insulation flush with mechanical sleeve seal . H . Interior Walls and Partitions Penetrations : Apply insulation continuously through walls and partitions , except fire-rated walls and partitions . I . Fire-Rated Walls and Partitions Penetrations : Terminate insulation at penetrations through fire-rated walls and partitions . Seal around penetration with firestopping specified in Division 7 . J. Floor Penetrations : Terminate insulation at the underside of the floor assembly and at the floor support at top of floor. Seal around penetration with firestopping specified in Division 7 . K . Glass-Fiber Insulation Installation : Bond insulation to pipe with adhesive . Seal seams and joints with vapor-barrier compound . L . Flexible Elastomeric Insulation Installation : Seal joints with adhesive . M . Interior Piping System Applications : Insulate the following piping systems : 1 . Domestic hot water . 2 . Recirculated domestic hot water. 3 . Roof drain bodies and horizontal rainwater leaders of storm water piping. 4 . Exposed sanitary drains for handicapped accessible fixtures . 5 . Hydronic heating and cooling piping. 6 . Refrigerant suction piping . N . Do not apply insulation to the following -systems , materials , and equipment: 1 . Flexible connectors . 2 . Fire-protection piping systems . 3 . Sanitary drainage and vent piping. 4 . Drainage piping located in crawl spaces , unless otherwise indicated . 5 . Below-grade piping. 6 . Chrome-plated pipes and fittings , except- for plumbing fixtures for the disabled. 7 . Piping specialties, including air chambers , unions , strainers , check valves, plug valves , and flow regulators . 15080 MECHANICAL INSULATION Page 2 A . Pipe Insulation Thickness Application Schedule : Insulate piping with the following materials and thicknesses : 1 . Domestic Hot Water and Recirculated Hot Water: 1 /2-inch ( 12 . 7-mm ) flexible elastomeric pipe insulation . 2 . Sanitary Drains and Storm Water Piping : 1 /2-inch ( 12 . 7-mm) flexible elastomeric pipe insulation . B . Install duct insulation as follows : 1 . Install insulation continuously on ducts that penetrate walls and floors, except at fire- rated assemblies terminate insulation at the assembly. Maintain insulation vapor retarder on cold duct. 2 . Install removable or segmented insulation on access panel and doors . 3 . Install vapor barriers on insulated ducts and plenums with surface operating temperatures below 60 deg F ( 15 deg C) . Seal joints and seams to maintain vapor barrier on insulation requiring a vapor barrier. 4 . Seal penetrations for hangers, supports , anchors, and other projections in insulation requiring a vapor barrier. 5 . Taper glass-fiber insulation ends at a 45 -degree angle and seal with adhesive. Cut ends of flexible elastomeric cellular insulation square and seal with adhesive. 6 . Board Insulation Installation : Secure insulation tight and smooth with speed washers and anchor pins . Space anchor pins 18 inches (450 mm) apart each way . and 3 inches (76 mm) from insulation joints . Apply vapor-barrier coating compound to insulation in contact, open joints, breaks, punctures , . and voids in vapor barrier. 7 . Blanket Insulation Installation : Bond ducts having long sides or diameters smaller than 24 inches (610 mm) with bonding adhesive applied in 6-inch - ( 150-mm-) wide transverse strips on 12-inch (300-mm) centers . Bond ducts having long sides or diameters 24 inches (610 mm) and larger with anchor pins spaced 12 inches (3 00 mm) aparteach way . Apply bonding adhesive to prevent sagging of insulation . Overlap joints 3 inches (76 mm) . Seal joints, breaks, and punctures with vapor-barrier compound . C . Duct System Applications : Insulate indoor concealed supply-, return-, and outside-air ducts . D . Do not apply insulation to the following systems, materials, and equipment: 1 . Fibrous glass ducts . 2 . Metal ducts with duct liner. 3 . Factory-insulated flexible ducts . 4 . Factory-insulated plenums, casings, terminal boxes, and filter boxes and sections . 5 . Flexible connectors . 6 . Vibration-control devices . 7 . Testing laboratory labels and stamps . 8 . Nameplates and data plates . E. Duct Insulation. Thickness ..and -Application Schedule : Insulate- ducts with the following materials and thicknesses : 15080 MECHANICAL INSULATION Page 3 1 . Concealed Applications : Fiberglass blanket, 1 - 1 /2 inches (38 mm ) thick or Fiberglass board, 2 inches (50 mm) thick . 2 . Exposed Applications : Fiberglass board , 2 inches (50 mm) thick. END OF SECTION 15080 t 15080 MECHANICAL INSULATION Page 4 SECTION 15140 - DOMESTIC WATER PIPING PART I - GENERAL (Not Applicable) PART 2 - PRODUCTS 2 . 1 PIPES AND TUBES A . Hard Copper Tube: ASTM B 88, Types L and M, water tube, drawn temper. B . Soft Copper Tube : ASTM B 88 , Types K and L, water tube, annealed temper. C . Steel Pipe: ASTM A 53 , Type S , Grade A, Schedule 40, seamless, galvanized, plain ends . D . Ductile-Iron Pipe: AWWA C151 , Classes 50 and 51 ; mechanical or push-on joint; with AWWA C104 cement-mortar lining. E . PVC Plastic, Water Pipe : ASTM D 1785 , Schedules 40 and 80, plain ends . l 2 . 2 FITTINGS J A . Wrought-Copper, Solder-Joint Pressure Fittings : ASMEB16.22 . B . Cast-Copper-Alloy, Solder-Joint Pressure Fittings : ASME B 16 . 18 . C . Bronze Flanges : ASME B16 . 24, Classes 150 and 300 . D. Copper Unions : ASME B 16 . 18 , cast-copper-alloy body, hexagonal stock, with ball -and-socket joint, metal-to-metal seating surfaces, and solder joint, threaded, or solder joint and threaded ends . Threads complying with ASME B 1 .20 . 1 . E. Ductile- and Gray-Iron Gasketed Fittings : AWWA C110 standard pattern or ductile-iron AWWA C153 compact pattern, 250-psig ( 1725-kPa) minimum pressure rating, with AWWA C104 cement-mortar lining and AWWA CI I I rubber gaskets . F. Ductile- and Gray-Iron Flanged Fittings : AWWA C110 , 250-psig ( 1725kPa) minimum pressure rating, with AWWA C 104 cement-mortar lining. G . Steel Pipe Nipples : ASTM A 733 , made of ASTM A 53 or ASTM A 106, Schedule 40 , seamless, galvanized, carbon- steel pipe. H. Malleable-Iron Unions : ASME B16 .39, Classes 150 and 3000-hex-agonal--stock; with ball-and- socket joint; metal-to-metal bronze seating surfaces ; and female threaded ends with threads complying with ASME B 1 .20 . 1 . I5140 DOMESTIC WATER PIPING Page 1 _ I SECTION 15410 - PLUMBING FIXTURES PART1 - GENERAL lei SECTION REQUIREMENTS - - ------- --�A.- --Submit Product-Data-for-each-type of plumbing fixture. -- - - - — - - " - -"--" Be Comply with requirements of Public Law 102-486, " Energy Policy Act, " regarding water flow rate and water consumption of plumbing fixtures . PART 2 - PRODUCTS 2 . 1 WATER CLOSET A . Vitreous-China Water Closet: See Plumbing Schedule on Drawings . Be Toilet Seat: See Plumbing Schedule on Drawings . 2 .2 LAVATORY A . Vitreous-China Lavatory : See Plumbing Schedule on Drawings . Be Faucet : See Plumbing Schedule on Drawings . C . Drain : See Plumbing Schedule on Drawings . D . Fixture Support : Hanger plate 2 . 2 SHOWER A. Mixing-Valve Faucet and Miscellaneous Fittings : See Plumbing Schedule on Drawings . Be Supplies : Copper tubing with ball , gate, or globe valve if check stops are not included with faucet. C . Drain : 2 -inch NPS (DN50), nickel -bronze-strainer, floor drain . D . Trap : 2 -inch NPS (DN50) drainage piping. 2 .3 SINK A . Stainless-Steel Sink: See Plumbing Schedule on Drawings . 15410 PLUMBING FIXTURES Page l Be Faucet: See Plumbing Schedule on Drawings . C . Drain(s) : See Plumbing Schedule on Drawings . 2 . 4 MOP- SERVICE SINK A . Plastic Mop-Service Basin : See Plumbing Schedule on Drawings . Be Faucet: See Plumbing Schedule on Drawings . C . Mounting: Floor. D . Rim Guard : Manufacturer's standard E . Drain : 3 - inch NPS (DN80) with grid strainer. F . P-Trap : 3 -inch NPS (DN80 ) drainage piping. G . Mop Rack : Manufacturer ' s standard H . Supplies : 1 /2- inch NPS (DN15 ) copper tubing with ball , gate, or globe valve . 1 . Reinforcement: Provide for wall -mounting faucet, wall brace, and hose-hook bracket . 2 . 5 SERVICE SINK A . Plastic Sink : See Plumbing Schedule on Drawings . Be Fixture Mounting : Floor stand C . Faucet: See Plumbing Schedule on Drawings . D . Drain (s) : Manufacturer's standard grid drain with 1 - 1 /2-inch NPS (DN40 ) tubular-brass tailpiece . E. Fixture Support: Manufacturer' s standard steel stand or base unit. 2 . 6 ELECTRIC WATER COOLER A . See Plumbing Schedule on Drawings . PART 3 - EXECUTION 3 . 1 INSTALLATIONS 15410 PLUMBING FIXTURES Page 2 l . Coordinate installation and connection of exterior underground and overhead utilities and ` services , including provision for service entrances and electricity-metering components . D . Coordinate location of access panels and doors for electrical items that are concealed by finished surfaces . Access doors and panels are specified in other portions of this specification . E . Where electrical identification devices are applied to field-finished surfaces, coordinate installation of identification devices with completion of finished surface . PART 2 - PRODUCTS 2 . 1 RACEWAYS A . EMT : Electrical metallic tubing; ANSI C80 .3 , zinc-coated steel , with set- screw fittings . B . FMC : Flexible metal conduit; zinc-coated steel . co IMC : Intermediate metal conduit; ANSI C80 . 6 , zinc-coated steel , with threaded fittings . D . LFMC : Liquidtight flexible metal conduit ; zinc-coated steel with sunlight-resistant and mineral-oil -resistant plastic jacket . E . RMC : Rigid metal conduit; galvanized rigid steel ; ANSI C80 . 1 . r' F . RNC : Rigid nonmetallic conduit; NEMA TC 2 , Schedule 40 PVC, with NEMA TC3 fittings . G . Raceway Fittings : Specifically designed for raceway type with which used . 22 WIRES , CABLES , AND CONNECTIONS A . Conductors, No . 10 AWG and Smaller: Solid or stranded copper. B . Conductors , Larger Than No . 10 AWG : Stranded copper. C . Insulation : Thermoplastic, rated 600 V , 75 deg C minimum , Type THW, THHN-THWN, or USE depending on application . . D . Wire Connectors and Splices : Units of size, ampacity rating, material , type, and 'class suitable for service indicated . 2 . 3 SUPPORTING DEVICES A . Material : Cold-formed steel , with corrosion-resistant coating. B . Metal Items for Use Outdoors or in Damp Locations : Hot-dip galvanized steel . C . Slotted-Steel Channel : Flange edges turned toward web , and 9 / 16-inch-diameter slotted holes �l at a maximum of 2 iriches o . c . , in webs . Strength rating to suit structural loading. 16050 BASIC ELECTRICAL MATERIALS AND METHODS Page 2 ! A . Install fitting insulation kits on handicap-accessible fixtures . B . Install fixtures with flanges and gasket seals . C . Install flushometer valves for accessible water closets and urinals with handle mounted on wide side of compartment. Install other actuators in locations that are easy for handicapped people to reach . ----- -- --D .- ----InstalFtanks-for accessible, tank=type water-clbsets with--level -handle mounted on wide side of compartment. E . Fasten wall-hanging plumbing fixtures securely to supports attached to building substrate when supports are specified, and to building wall construction where no support is indicated . F . Fasten floor-mounted fixtures to substrate . Fasten fixtures having holes for securing fixture to wall construction, to reinforcement built into walls . G . Fasten wall-mounted fittings to reinforcement built into walls . H . Fasten counter-mounting plumbing fixtures to casework . I . Secure supplies to supports or substrate within pipe space behind fixture. J . Set shower receptors and mop basins in leveling bed of cement grout. K . Install individual supply inlets, supply stops, supply risers, and tubular brass traps with cleanouts at fixture . L . Install water-supply stop valves in accessible locations . M . Install traps on fixture outlets . Omit traps on fixtures having integral traps . Omit traps on indirect wastes, unless otherwise indicated. N . Install disposers in sink outlets . Install switch where indicated, or in wall adjacent to sink if location is not indicated . O . Install hot-water dispensers in back top surface of sink or in counter with spout over sink. P . Install escutcheons at wall , floor, and ceiling penetrations in exposed, finished locations and- within cabinets and millwork. Use deep-pattern escutcheons where required to conceal protruding pipe fittings . Q . Seal joints between fixtures and walls, floors, and counters using sanitary-type, one-part, mildew-resistant, silicone sealant. Match sealant color to fixture color. R. Install piping connections between plumbing fixtures and - piping systems and plumbing .j equipment. Install insulation on supplies and drains of handicap-accessible fixtures . 15410 PLUMBING FIXTURES Page 3 S . Ground equipment. Tighten electrical connectors and terminals according to UL 486A and Pd ' UL 486B . END OF SECTION 15410 f� 15410 PLUMBING FIXTURES Page 4 SECTION 15425 - PLUMBING SPECIALTIES PARTI - GENERAL 1 . 1 SECTION REQUIREMENTS - - — A. - submit Product Data.--- __ __._---- --_ -.- -- ---- ----- ---- -- .-- --- PART 2 - PRODUCTS 2 . 1 MANUFACTURED UNITS A . Floor Drains : See Plumbing Schedule on Drawings . B . Backflow Preventers : ASSE standard backflow preventers, 150-psig ( 1035 -kPa) minimum working pressure, bronze body with threaded ends, and an inlet strainer. C . Atmospheric Vacuum Breakers : ASSE 1001 , with floating disc and atmospheric vent. ' D . Hose Connection Vacuum Breakers : ASSE 1011 , rough bronze, with nonremovable and manual drain features and garden -hose threaded connection . E . Water Filters : Cartridge type . F . Hose Bibbs : Bronze body in rough-bronze finish, with removable composition disc, threaded or soldered inlet, garden-hose threaded outlet, and loose-key handle . G. Water Hammer Arrester: Bellows or piston type with pressurized cushioning chamber. PART 3 - EXECUTION 3 . 1 INSTALLATION A. Install backflow preventers at each water- supply connection to mechanical equipment and where required by authorities having jurisdiction . B . Install hose bibbs with integral or field-installed vacuum breaker. C . Install floor drains at low points of surface areas and where indicated. Set tops of drains flush with finished floor. Set drain - elevation depressed below finished slab elevation as indicated below : 1 . 5 -Foot ( 1 .5-m) Drain Area Radius : 1 /2-inch ( 13 -mm) depression. 15425 PLUMBING SPECIALTIES Page 1 2 . 10-Foot (3 -m) Drain Area Radius : 3 - 1 /2 - inch (90-mm) depression . 3 . 15 -Foot (4 . 5 -m ) Drain Area Radius : 1 - inch (25 -mm ) depression . 4 . 20 -Foot ( 6 -m) Drain Area Radius : 1 - 1 /4-inch (32-mm) depression . 5 . 25 -Foot ( 7 . 6-m) Drain Area Radius : 1 - 1 /2- inch (38 -mm) depression . D . Trap drains connected to sanitary building drain . E . Install drain flashing collar or flange so no leakage occurs between drain and adjoining flooring. Maintain integrity of waterproof membranes . END OF SECTION 15425 15425 PLUMBING SPECIALTIES Page 2 ? SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL 1 . 1 SUMMARY A . This Section includes the following_ 1 . Raceways . 2 . Building wire and connectors . 3 . Supporting devices for electrical components . 4 . Electrical identification . 5 . Utility company electricity-metering components . 6 . Concrete equipment bases . 7 . Electrical demolition . 8 . Cutting and patching for electrical construction . 1 .2 SUBMITTALS A . Product Data: For utility company electricity-metering components . B . Shop Drawings : Dimensioned plans and sections or elevation layouts and single- line diagram of electricity-metering component assemblies specific to this Project. 103 QUALITY ASSURANCE A . Electrical Components, Devices, and Accessories : Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B . Devices for Utility Company Electricity Metering: Comply with utility company published standards . Co Comply with NFPA 70 . 1 A COORDINATION A. Coordinate chases , slots, inserts, sleeves, and openings for electrical supports, raceways, and cable with general construction work. B . Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Coordinate installing large equipment . that requires positioning before closing in the building. Co Coordinate electrical service connections to components famished by utility companies . 16050 BASIC ELECTRICAL MATERIALS AND METHODS Page 1 D . Nonmetallic Slotted Channel and Angle : Structural -grade, factory-formed , glass-fiber-resin :! channels and angles with 9/ 16-inch- diameter holes at a maximum of 8 inches o. c. , in at least one surface. Strength rating to suit structural loading. E . Slotted Channel Fittings and Accessories : Recommended by the manufacturer for use with the type and size of channel with which used. 1 . Materials : Same as channels and angles, except metal items may be stainless steel . _._Raceway_and`Cable .Supports : .... Manufactured._clevi.s..hanger-s,__riser.- .clamps,-_straps,-threaded-C--------- .- ----- clamps with retainers, ceiling trapeze hangers, wall brackets, and spring-steel clamps or click. type hangers . G . Pipe Sleeves : ASTM A 53 , Type E, Grade A, Schedule 40, galvanized steel , plain ends . H . Cable Supports for Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug for nonarmored electrical cables in riser conduits . Plugs have number and size of conductor gripping holes as required to suit individual risers . Body constructed of malleable-iron casting with hot-dip galvanized finish . I . Expansion Anchors : Carbon- steel wedge or sleeve type . J . Toggle Bolts : All - steel springhead type . K . Powder-Driven Threaded Studs : Heat-treated steel . 2 .4 ELECTRICAL IDENTIFICATION A . Identification Device Colors : Use those prescribed by ANSI A13 . 1 , NFPA 70, and these Specifications . m - - B . Colored Adhesive Marking Tape for Raceways , Wires, and Cables : Self- adhesive vinyl tape, not less than 1 inch wide by 3 mils thick. C . Tape Markers for Conductors : Vinyl or vinyl -cloth, self-adhesive, wraparound type with preprinted numbers and letters . D . Color-Coding Cable Ties : Type 6/6 nylon; self-locking type. Colors to suit coding scheme . E. Underground Warning Tape: Pe.ninanent, bright-colored, continuous-printed, vinyl tape compounded for permanent direct-burial service, and with the following features : 1 . Not less than 6 inches wide by 4 mils thick. 2 . Embedded continuous metallic strip or core . 3 . Printed legend that indicates type of underground line. F . Engraved-Plastic Labels , Signs, and Instruction Plates : Engraving stock, melamine plastic laminate punched or drilled for mechanical fasteners 1 / 164ch minimum thickness for signs up to 20 sq . in . and 1 /8-inch minimum thickness for larger sizes . Engraved legend in black letters jon white background. 16050 BASIC ELECTRICAL MATERIALS AND METHODS Page 3 G . Warning and Caution Signs : Preprinted ; amply with 29 CFR 1910 . 145 , Chapter XVII . Colors , .N, legend , and size appropriate to each app 1 . Interior Units : Aluminum , baked-enamel -finish , punched or drilled for mechanical fasteners . 2 . Exterior Units : Weather-resista�� t, nonfading, preprinted , cellulose- acetate butyrate with 0xterio inch , galvanized- steel backing. l /44rich grommets in corners for mounting. H , Fasteners for Nameplates and Signs : Self-tapping, stainless- steel screws or No . 10/32 stainless- steel machine screws with nuts and flat and lock washers . 205 EQUIPMENT FOR UTILITY COMPANY' S ELECTRICITY METERING rements of electrical power utility company for meter socket. A . Comply with requi 2 . 6 CONCRETE BASES A . Concrete Forms and Reinforcement Materials : As specified in Division 3 Section " Cast- in- Place Concrete . " B . Concrete: 3000-psi , 28 -day compressive strength . J \ PART 3 - EXECUTION 3 . 1 ELECTRICAL EQUIPMENT INSTALLATION A . Headroom Maintenance : If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom . B . Materials and Components : Install level , plumb , and parallel and perpendicular to other building systems and components, unless otherwise indicated . C . Equipment: Install to facilitate service, maintenance, and repair or replacement of components . Connect for ease of disconnecting, with minimum interference with other installations _ D . Right of Way : Give to raceways and piping systems installed at a required slope . 3 .2 RACEWAY APPLICATION A . Outdoor Installations : 1 . Exposed: RNC . 2 . Concealed : RNC . 3 . Underground, Single Run: RNC . 4 . Underground, Grouped : RNC . %��t 5 . Connection to Vibrating Equipment: LFMC . 6 . Boxes and Enclosures : NEMA 250 , Type 3R or Type 4, unless otherwise indicated _ 16050 BASIC ELECTRICAL MATERIALS AND METHODS Page 4 Be Indoor Installations : ' ] . Exposed : EMT except in wet or damp locations, use IMC . 2 . Concealed in Walls or Ceilings : EMT. 3 . In Concrete Slab : EMT. 4 . Below Slab on Grade or in Crawlspace : RNC 5 . Connection to Vibrating Equipment : FMC ; except in wet or damp locations : LFMC . 6 . Boxes and Enclosures : NEMA 250, Type 1 , unless otherwise indicated . 3 .3 RACEWAY AND CABLE INSTALLATION A . Conceal raceways and cables, unless otherwise indicated, within finished walls, ceilings, and floors . Be Keep legs of raceway bends in the same plane and keep straight legs of offsets parallel . C . Use RMC elbows where RNC turns out of slab . D . Install pull wires in empty raceways . Use No . 14 AWG zinc-coated steel or woven Polypropylene or monofilament plastic line with not less than 200- 1b (90 -kg) tensile strength . Leave at least 12 inches of slack at each end of pull wires . E . Install telephone and signal system raceways, 2-inch trade size (DN 53 ) and smaller, in maximum lengths of 150 feet and with a maximum of two 90-degree bends or equivalent. Add pull boxes where necessary to accomplish this . i F . Connect motors and equipment subject to vibration , noise transmission , or movement with a maximum of 72 - inches flexible conduit. Install LFMC in wet or damp locations . Install separate ground conductor across flexible connections . G . Set floor boxes level and trim after installation to fit flush to finished floor surface . 3 . 4 WIRING METHODS FOR POWER, LIGHTING, AND CONTROL CIRCUITS A . Application : Use wiring methods specified below to the extent permitted by applicable codes as interpreted by authorities having jurisdiction . Be Exposed Feeders : Insulated single conductors in raceway. C . Concealed Feeders in Ceilings, Walls, Gypsum Board Partitions : Insulated single conductors in raceway. D . Concealed Feeders in Concrete, below Floors on Grade, in Crawlspaces : Insulated single conductors in raceway . E . Exposed Branch Circuits Including in Crawlspaces : Insulated single conductors in raceway. F . Concealed Branch Circuits in Ceilings , Walls, Gypsum Board Partitions : Insulated single conductors in raceway. 1 16050 BASIC ELECTRICAL MATERIALS AND METHODS Page 5 & Concealed Branch Circuits in Concrete, below Floors on Grade : Insulated single conductors in raceway . N . Underground Feeders and Branch Circuits : Insulated single conductors in raceway . 3 . 5 WIRING INSTALLATION A . Make taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors . 3 . 6 ELECTRICAL SUPPORTING DEVICE APPLICATION tdccrs : Hct-dip galvanized ,,,aterials or norli—„etallic, slotted channel A . Damp Locations and Ou system components . B . Dry Locations : Steel materials . co Strength of Supports : Adequate to carry present and future loads, times a safety factor of at least four with , 200-1b minimum design load for each support element. 3 . 7 SUPPORT INSTALLATION A . Support parallel runs of horizontal raceways together on trapeze- or bracket-type hangers _ B . Size supports for multiple raceway or cable runs so capacity can be increased by a 25 percent minimum in the future . Co Support individual horizontal single raceways with separate, malleable-iron pipe hangers or clamps . D . Install sleeves for cable and raceway penetrations of concrete slabs and walls unless core-drilled holes are used . Install sleeves for cable and raceway penetrations of masonry and fire-rated gypsum walls and of all other fire-rated floor and wall assemblies . Install sleeves during erection of concrete and masonry walls . E . Secure electrical items and their supports to building structure, using the following methods unless other fastening methods are indicated : I _ Wood : Wood screws or screw-type nails . 2 . Gypsum Board : Toggle bolts . Sea] around sleeves with joint compound, both sides of wall . 3 . Masonry: Toggle bolts on hollow block and expansion bolts on solid block. Seal around sleeves with mortar, both sides of wall . 4 . New Concrete : Concrete inserts with machine screws and bolts . 5 . Existing Concrete : Expansion bolts or threaded studs driven by powder charge and provided with lock washers . 6 . Structural Steel : Threaded studs driven by powder charge and provided with lock , 1 washers . 7 . Light Steel Framing: Sheet metal screws . 16050. BASIC ELECTRICAL MATERIALS AND METHODS Page 6 8 . Fasteners for Damp, Wet, or Weather-Exposed Locations : Stainless steel . j 9 . Light Steel : Sheet-metal screws . 10 . Fasteners : Select so load applied to each fastener does not exceed 25 percent of its proof. test load . 3 . 8 IDENTIFICATION MATERIALS AND DEVICES A . Install at locations for most convenient viewing without interference with operation and maintenance of equipment ._ B . Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated in the Contract Documents or required by codes and standards . Use consistent designations throughout Project. C . Self-Adhesive Identification Products : Clean surfaces before applying. D . Tag and label circuits designated to be extended in the future . Identify source and circuit numbers in each cabinet, pull and junction box, and outlet box. Color-coding may be used for voltage and phase identification . E . Install continuous underground plastic markers during trench backfilling, for exterior underground power, control , signal , and communication lines located directly above power and communication lines . Locate 6 to 8 inches below finished grade . If width of multiple lines installed in a common trench or concrete- envelope does not exceed 16 inches, overall , use a 1 single line marker. F . Install warning, caution , and instruction signs where required to comply with 29 CFR 1910 . 145 , Chapter XVII, and where needed to ensure safe operation and maintenance of electrical systems and of items to which they connect. Indoors install engraved plastic- laminated instruction signs with approved legend where instructions are needed for system or equipment operation . Install metal-backed butyrate signs for outdoor items . G . Install engraved- laminated emergency-operating signs with white letters on red background with minimum 3/8 - inch- high lettering for emergency instructions on power transfer, load shedding, and other emergency operations . 3 . 9 ELECTRICITY-METERING EQUIPMENT A . Install utility company metering equipment according to utility company's written requirements . Provide grounding and empty conduits as required by utility company . 3 . 10 FIR.ESTOPPING A . Apply firestopping to cable and raceway sleeves and other penetrations of fire-rated floor and wall assemblies to restore original undisturbed fire-resistance ratings of assemblies . Firestopping installation is specified in other sections of these specifications . - f 3 . 11 CONCRETE BASES 16050 BASIC ELECTRICAL MATERIALS AND METHODS Page 7 bases of dimensions indicated , but not less than 4 inches larger, in both A . Construct concrete f facturer's anchorage directions, than supported unit . Follow supported equipment manu recommendations and setting templates for anchor-bolt and tie locations , unless otherwise indicated . 3 . 12 DEMOLITION t aninstallations indcated tremain . If damaged or A . Protect existing electrical equip keremoae damaged port ones and ins disturbed in the course of the Wo , tall new products of equal capacity, quality , and functionality . B . Accessible Work: Remove exposed electrical equipment and installations , indicated to be demolished, in their entirety . C . Abandoned Work: Cut and remove buried raceway and wiring, indicated to be abandoned in place, 2 inches below the surface of adjacent construction . Cap raceways and patch surface to match existing finish . Do Remove, store, clean , reinstall , reconnect, and make operational components indicated for relocation . 3 . 13 CUTTING AND PATCHING A . Cut, channel , chase, and drill floors , walls , partitions , ceilings, and other surfaces required to permit electrical installations . Perform cutting by skilled mechanics of trades involved . - / B . Repair, refinish and touch up disturbed finish materials and other surfaces to match adjacent undisturbed surfaces . END OF SECTION 16050 1-6050 BASIC ELECTRICAL MATERIALS. AND METHODS Page 8 SECTION 16060 - GROUNDING AND BONDING PARTI - GENERAL 1 . 1 SUMMARY A . This Section includes grounding of electrical systems and equipment._Requirements_ specified___-- _.____ in this Section may be supplemented by requirements of other Sections . 1 . 2 SUBMITTALS A . Product Data: For ground rods . B . Field quality-control test reports . 1 . 3 QUALITY ASSURANCE A . Electrical Components, Devices, and Accessories : Listed and labeled under UL 467 as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction , and marked for intended use . B . Comply with NFPA 70 ; for overhead-line construction and medium-voltage underground construction, comply with IEEE C2 . C . Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system . PART 2 - PRODUCTS 2 . 1 MANUFACTURERS A. Available Manufacturers : Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following : B . Manufacturers : Subject to compliance with requirements, provide products by one of the following: 1 . Apache Grounding/Erico Inc. 2 . Boggs , Inc . 3 . Chance/Hubbell . 4 . Copperweld Corp . 5 . Dossert Corp . 6 . Erico Inc . ; Electrical Products Group . T Framatome ConnectorsBurndy Electrical . 8 . Galvan Industries, Inc . J 9 . Harger Lightning Protection , Inc . 16060 GROUNDING AND BONDING Page I 10 . Hastings Fiber Glass Products, Inc . I ] . Heary Brothers Lightning Protection Co . 12 . Ideal Industries , Inc . 13 . ILSCO . 14 . Kearney/Cooper Power Systems . 15 . Koms , C . C . Co . ; Division of Robroy Industries . 16 . Lightning Master Corp . 17 . Lyncole XIT Grounding. 18 . O-Z/Gedney Co . ; a business of the EGS Electrical Group . 19 . Raco, Inc . ; Division of Hubbell . 20 . Robbins Lightning, Inc . 21 . Salisbury, W . H . & Co . 22 . Superior Grounding Systems , Inc . 23 . Thomas & Betts , Electrical . 2 . 2 GROUNDING CONDUCTORS A . For insulated conductors , comply with Division 16 Section " Conductors and Cables . " B . Equipment Grounding Conductors : Insulated with green-colored insulation . C . Isolated Ground Conductors : Insulated with green-colored insulation with yellow stripe . On feeders with isolated ground , use colored tape, alternating bands of green and yellow tape to provide a minimum of three bands of green and two bands of yellow . �, ) D . Grounding Electrode Conductors : Stranded cable . E . Underground Conductors: Bare, tinned , stranded , unless otherwise indicated . F . Bare, Solid-Copper Conductors : ASTM B 3 . G . Assembly of Bare, Stranded -Copper Conductors : ASTM B 8 . H . Bare, Tinned-Copper Conductors : ASTM B 33 . I . Copper Bonding Conductor: No . 4 or No . 6 AWG, stranded copper conductor. J . Copper Bonding Jumper: Bare copper tape, braided bare copper conductors, terminated with copper ferrules; 1 -5 / 8 inches wide and 1 / 16 inch thick. K tinned-Copper 'Bonding Jumper: Tinned-copper tape, braided copper conductors, terminated with copper ferrules ; 1 - 5 / 8 inches wide and 1 / 16 inch thick. I,. Ground Conductor for Overhead Distribution : No . 4 AWG minimum; soft-drawn copper. M . Grounding Bus : Bare, annealed copper bars of rectangular cross section , with insulated spacer. N_ Connectors : - Comply with IEEE 837 and UL 467 ; listed for use for specific types , sizes , and ed items . Exothermic-welded type, in kit form, combinations of conductors and connect selected per manufacturer' s written instructions . 16060 GROUNDING AND BONDING Page 2 2 . 3 GROUNDING ELECTRODES A . Ground Rods : Sectional type; copper-clad steel . 1 . Size : 3/<" in diameter by 120 inches per section . PART 3 - EXECUTION 361 INSTALLATION A . Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth , concrete, masonry, crushed stone, and similar materials . B . In raceways, use insulated equipment grounding conductors . C . Exothermic-Welded Connections : Use for connections to structural steel and for underground connections . D . Grounding Bus : Install in electrical and telephone equipment rooms, in rooms housing service equipment, and elsewhere as indicated . 1 . Use insulated spacer; space 1 inch from wall and support from wall 6 inches above finished floor, unless otherwise indicated . 2 . At doors, route the bus up to the top of the door frame, across the top of the doorway, and down to the indicated height above the floor. E . Underground Grounding Conductors : Use copper conductor, No . 2/0 AWG minimum . Bury at least 24 inches below grade . F . Equipment Grounding Conductors : Comply with NFPA 70, Article 250, for types, sizes, and quantities of equipment grounding conductors, unless specific types-, larger sizes, or more conductors than required by NFPA 70 are indicated . 1 . Install insulated equipment grounding conductors in feeders and branch circuits . 2 . Busway Supply Circuits : Install insulated equipment grounding conductor from the grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway . 3 . Computer Outlet Circuits : Install insulated equipment grounding conductor in branch. circuit runs from computer-area power panels or power-distribution units. 4 . Isolated Grounding Receptacle Circuits : Install an insulated equipment grounding conductor connected to the receptacle grounding terminal . Isolate grounding conductor from raceway and from panelboard grounding terminals . Terminate at equipment grounding conductor terminal of the applicable derived system or service, unless otherwise indicated. 5 . Isolated Equipment Enclosure Circuits : For designated equipment supplied by a branch circuit or feeder, isolate equipment enclosure from supply raceway with a nonmetallic raceway fitting listed for the purpose . Install fitting where raceway­enters enclosure, and install an insulated equipment grounding conductor. Isolate equipment grounding �) conductor from raceway and from panelboard grounding terminals . Terminate at 16060 GROUNDING AND BONDING Page 3 equipment grounding conductor terminal of the applicable derived system or service, ) unless otherwise indicated . 6 . Nonmetallic Raceways : Install an equipment grounding data cable conductor in nonmetallic raceways unless they are designated for telephone 7 . Air-Duct Equipment Circuits : Install an insulated equipment grounding conductor to duct-mounted electrical devices operating at 120 V and more, including air cleaners and heaters . Bond conductor to each unit and to air duct. 8 . Water Heater, Heat-Tracing, and Antifrost Heating Cables : Install an insulated equipment grounding conductor to each electric water heater, heat-tracing, and ntifrost heating cable . Bond conductor to heater units , piping, connected equipment, and components . 9 . Common Ground Bonding with Lightning Protection System : Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode . Use bonding conductor sized same as system grounding electrode conductor, and install in conduit . G . Metal Frame Grounding for Buildings : Drive a ground rod at the base, of every corner column ces not more than 60 feet apart. Connect rod to and at intermediate exterior columns at distances column with an underground grounding conductor. Interconnect ground rods with a continuous underground conductor, extending to existing building grounds , 24 inches minimum from building foundation . Use copper conductor not less than No . 2/0 AWG for underground conductor, and bury 18 inches below grade, minimum . ds spaced least one. H . Ground Rods : Install ch tother andst two rods locat locatedfeet atinlength) same distance ofrom othertground ng , rod length from each � i electrodes . ' 1 . Drive ground rods until tops are 2 inches below finished floor or final grade, unless otherwise indicated . 2 . s with grounding electrode conductors . Use exothermic welds , Interconnect ground rod nections without exposing steel or damaging except as otherwise indicated . Make con copper coating . I . Grounding Conductors : Route along shortest and straightest paths possible, unless otherwise indicated . Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. J . Bonding Straps and Jumpers : Install so vibration by equipment mounted on vibration isolation orts is not transmitted to rigidly mounted equipment. Use exothermic-welded ations, unless a disconnect-type connection is required ; hangers or suppthen, use a connectors for outdoor loc bolted clamp . Bond straps directly to the basic structure taking care not to penetrate any adjacent parts . Install straps only in locations accessible for maintenance . K . Metal Water Service Pipe : Provide insulated copper grounding conductors, in conduit, from building' s main service equipment, or grounding bus , to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes by grounding clamp groundingnect ductor to at each connectors . Where a dielectric main water fitting is installed, con conduit or Slee to conductor street side of fitting . Bond metal grounding conductor end . t 16060 GROUNDING AND BONDING Page 4 L. Water Meter Piping: Use braided -type bonding jumpers to electrically bypass water meters . 1 Connect to pipe with grounding clamp connectors . M . Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system . N . Connections : Make connections so galvanic action or electrolysis possibility is minimized . Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible . 1 . Use electroplated_ orhot-t_in-coated- . materials-to-_en.sure-_h-igh -conductivity-- and--to- make------- - -- -- -- contact points closer to order of galvanic series . 2 . Make connections with clean , bare metal at points of contact. 3 . Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces . 4 . Exothermic Welded Connections : Comply with manufacturer's written instructions . Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable . 5 . Equipment Grounding Conductor Terminations : For No . 8 AWG and larger, use pressure-type grounding lugs . No . 10 AWG and smaller grounding conductors may be terminated with winged pressure-type connectors . 6 . Noncontact Metal Raceway Terminations : If metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a grounding bushing . Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically noncontinuous- conduits at entrances and exits with grounding bushings and bare grounding conductors, unless a otherwise indicated . 7 . Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque-tightening values . If manufacturer's torque values are not indicated, use those specified in UL 486A . 8 . Compression-Type Connections : Use hydraulic compression tools to provide correct circumferential pressure for compression connectors . Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visib-l-e indication that a connector has been adequately compressed on grounding conductor. 9 . Moisture Protection : If insulated grounding conductors are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable . O . Overhead Line Grounding: Comply with IEEE C2 except where stricter requirements are indicated . Use 2 or more parallel ground rods if a single ground rod electrode resistance to ground exceeds 25 ohms . 1 . Drive ground rods to a depth of 12 inches below finished grade in undisturbed earth . 2 . Ground Rod Connections : Use clamp-type connectors listed for the purpose for underground connections and connections to rods . 3 . Lightning Arresters : Separate arrester grounds from other grounding conductors . 4 . Secondary Neutral and Tank of Transformer: Interconnect and connect to grounding conductor. 5 . Protect grounding conductors on surface of wood poles with molding extended from 1 grade level up to and through communication service and transformer spaces . 16060 GROUNDING AND BONDING Page 5 P . Pad -Mounted Transformers and Switches : Install two ground rods and counterpoise circling l items ciated withpad . Ground pad-mounted equipment and noncurrent-carry" g din taelect odes .soUse inned - substations by connecting them to underground cable an grounding copper conductor not less than No . 2 AWG for Counterpoiseolvfor taps to equipment inches from foundat 6onnd se not less than 18 orches b grade and pad . Bury counterpoi 3 . 2 FIELD QUALITY CONTROL A . Testing: Perform the following field quality-control testing: ] . system but before permanent electrical circuitry has been After installing grounding energized , test for compliance with requirements . 2 . Test completed grounding system teach a location o`attion, owhere a m sure ding terminal .daximu - revieasure , e. , lC V e , is indicated an at se, v t� ground resistance not less than two fu cans other than natural drainage or days after the last trace of sepage and without the soil being moistened by any without chemical treatment or other artificial means of reducing natural ground resistance . Perform tests; by the fall- of-potential method according to d EtE 8 ounding 3 . Provide drawings locating each ground rod , ground rod assembly, electrodes . Identify each by letter in alPod etical of tests and drivenrand their depth at each key to the dloca lion and observations . Include the number of include observations of weather aother repults o Nominal maximumena that may cvaluesrarel as Describe measures taken to improve test follows : ' a. Equipment Rated 500 kVA and Less : 10 ohms . b . Equipment Rated 500 to 1000 kVA : 5 ohms . C * Equipment Rated More Than 1000 kVA : 3 ohms . d . Overhead Distribution Line Equipment: 25 ohms . e . Substations and Pad-Mounted Switching Equipment: 5 ohms . f. Manhole Grounds : 10 ohms . END OF SECTION 16060 16060 GROUNDING AND BONDING Page 6 .� SECTION 16140 - WIRING DEVICES PART 1 - GENERAL 1 . 1 SUMMARY A . This Section includes the following:-------- -.- _ __ ___ __ . _ _- --- -_-- _. .____ _-- - ----------..------- ---- - - -- — ----- - 1 . Single and duplex receptacles, ground-fault circuit interrupters , and integral surge suppression units . 2 . Single- and double-pole snap switches and dimmer switches . 3 . Device wall plates . 4 . Floor service outlets, poke-through assemblies, service poles , and multioutlet assemblies . ) .2 SUBMITTALS A . Product Data : For each type of product indicated. i B . Shop Drawings : List of legends and description of materials and process used for premarking wall plates . C . Samples : One for each type of device and wall plate specified, in each color specified . 1 D . Field quality-control test reports . 1 . 3 QUALITY ASSURANCE A. Electrical Components, Devices , and Accessories : Listed and labeled as defined in NFPA 70 , . Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use . Be Comply with NFPA 70 . PART 2 - PRODUCTS 2 . 1 MANUFACTURERS A. Available Manufacturers : Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following : Be Manufacturers : Subject to compliance with requirements, provide products by one of the following: 1 . Wiring Devices : 16140 WIRING DEVICES Page 1 I . Galvanized, Cast-Iron Threaded Fittings : SMEB16 .4, Classes 125 and 250 ; standard pattern ; with threads complying with ASME B J . Cast-Iron Threaded Flanges : ASME B16 . 1 , Classes 125 and 300 . K . PVC Plastic, Schedule 40, Socket-Type Pipe Fittings : ASTM D 2466 . 2 .3 JOINING MATERIALS A . Ductile-Iron Pipe Push-On Joints : AWWA C111 rubber gaskets and lubricant. B . Ductile-Iron Pipe Mechanical Joints : AWWA 0111 ductile- or gray-iron glands, high- strength steel bolts and nuts, and rubber gaskets . C . Ductile-Iron Pipe Flanged Joints : AWWA C115 ductile- or gray-iron pipe flanges , rubber gaskets , and high-strength steel bolts and nuts . D . Pipe Flange Gasket Materials : Suitable for chemical and thermal conditions of piping system contents . .0 E . Solder Filler Metal : ASTM B 32 , alloys to suit system requirements . F . Brazing Filler Metals : AWS A5 . 8 , alloys to suit system requirements . G . Welding Fietals : Comply with AWS D10 . 12 for welding materials appropriate for wall -' ller MP y thickness and chemical analysis of steel pipe being welded . H . Solvent Cements : As recommended by manufacturer. 1 . Plastic Pipe Seals : ASTM F 477 , elastomeric gasket . PART 3 - EXECUTION 3 . 1 PIPING APPLICATIONS A . Install listed pipe materials and joining methods below in the following applications : 1 . Underground, Service Entrance Piping: [Soft copper tube, Type L, cast.. copper- alloy , solder-joint pressure fittings and soldered joints with Alloy Sn95 , Sn94, or E solder] or [Schedule 80 PVC plastic water pipe, Schedule 80 PVC fittings, and solvent-cemented joints] . 2 . Aboveground : Hard copper tube, Type M ; wrought-copper or cast-copper- alloy pressure fittings ; copper unions ; bronze flanges ; and solder joints with Alloy Sn95 , Sn94 ; or E solder . 12 VALVE. APPLICATIONS 15140 DOMESTIC WATER PIPING -Page 2 A. Install gate valves close to main on each branch and riser serving 2 or more plumbing fixtures or equipment connections and where indicated . B . Install gate or ball valves on inlet to each plumbing equipment item , on each supply to each plumbing fixture not having stops on supplies, and elsewhere as indicated . Co Install drain valve at base of each riser, at low points of horizontal runs, and where required to drain water distribution piping system . D . Install swing check valve on discharge side of each pump and elsewhere as indicated . E. Install ball valves in each hot-water circulating loop and discharge side of each pump . 3 . 3 PIPING INSTALLATIONS A. Install hangers and supports at intervals indicated in the applicable Plumbing Code and as recommended by pipe manufacturer. B . Support vertical piping at each floor . 3 .4 INSPECTING AND CLEANING A . Inspect and test piping systems following procedures of authorities having jurisdiction . B . Clean and disinfect water distribution piping following procedures of authorities having jurisdiction . END OF SECTION 15140 .j 15140 DOMESTIC WATER PIPING Page 3 SECTION 15150 - SANITARY WASTE AND VENT PIPING PART 1 - GENERAL (Not Applicable) PART 2 - PRODUCTS 2 . 1 PIPES AND TUBES A . Copper Drainage Tube : ASTM B 306, Type DWV, drawn temper. Be Hubless, Cast-Iron Sol ] Pipe : CISPI 301 . C . PVC Plastic, DWV Pipe: ASTM D 2665 , Schedule 40, plain ends . 2 .2 FITTINGS A . Wrought-Copper, Solder-Joint, DWV Drainage Fittings : ASME B16 .29 . B Cast-Copper-Alloy, Solder4oint, DWV Drainage Fittings : ASME B16 .23 . , } C . Wrought-Copper, Solder-Joint, Sovent Drainage Fittings : ASME B16 .43 . D . Cast-Copper-Alloy, Solder-Joint, Sovent Drainage Fittings : ASME B 16 .32 . — - - E. Hub-and- Spigot, Cast-Iron Soil Pipe Fittings : ASTM A 74, Service class . F . Hubless , Cast-Iron Soil Pipe Fittings : CISPI 301 . G . Cast-Iron, Sovent Drainage Fittings : ASMEB 16 .45 . Be PVC Plastic, DWV Pipe Fittings : ASTM D 2665 , made to ASTM D 3311 ; socket-type; drain, waste, and vent pipe patterns . L Cast-Iron Soil Pipe and Fittings : ASTM C 564 neoprene rubber gaskets and lubricant. J . CISPI Couplings for Hubless, Cast-Iron Soil Pipe and Fittings : CISPI310, having ASTM C 564 neoprene sealing sleeve, with 300 series stainless- steel , corrugated shield-and- clamp assembly. K. Cast-Iron-Pipe Sleeve-Type Couplings for Plain-End, Nonpressure System Pipe : Rubber or elastomeric sleeve and stainless-steel band assembly, fabricated to match OD of pipes to be Joined. L . Plastic Pipe Sleeves : ASTM C 564 rubber for cast-iron soil pipe and ASTM F 477 elastomeric seal . 15150 SANITARY WASTE AND VENT PIPING Page 1 . 1 PART 3 - EXECUTION 3 . 1 PIPE APPLICATIONS A _ Hubless, cast-iron soil pipe; hubless, cast- iron soil pipe fittings ; cast-iron , heavy-duty couplings for hubless, cast-iron soil pipe and fittings ; and hubless joints . B . PVC plastic DWV pipe ; PVC socket-type drain, waste, and vent pipe pattern fittings ; and solvent-cemented joints . C . Copper drainage tube, wrought-copper or cast-copper-alloy drainage fittings , and soldered joints with Alloy E or Alloy Sn50 solder. 32 PIPING INSTALLATION A. . Install cleanout and extension to grade at connection of building sanitary drain and building sanitary sewer. B . Locate drainage piping runouts as close as possible to bottom of floor slab supporting fixtures or drains . ' i i 3 . 3 INSPECTION A . Inspect and test piping systems following procedures of authorities having jurisdiction . END OF SECTION 15150 15150 SANITARY WASTE AND VENT PIPING Page 2 a. Bryant Electric, Inc ./Hubbell Subsidiary& i b . Eagle Electric Manufacturing Co . , Inc . c . Hubbell Incorporated ; Wiring Device-Kellems . d . Leviton Mfg. Company Inc . e . Pass & Seymour/Legrand ; Wiring Devices Div . 2 . Multioutlet Assemblies : a . Hubbell Incorporated ; Wiring Device-Kellems . b . Wiremold Company (The) . 3 . Poke-Through , Floor Service Outlets and Telephone/Power Poles : a. Hubbell Incorporated ; Wiring Device-Kellems . b . Pass & Seymour/Legrand ; Wiring Devices Div . c . Square D/Groupe Schneider NA . d . Thomas & Betts Corporation . e . Wiremold Company (The) . 2 . 2 RECEPTACLES A . Straight-Blade-Type Receptacles : Comply with NEMA WD 1 , NEMA WD 6, DSCC W-C- 596G, and UL 498 . B . GFCI Receptacles : Straight blade, non -feed-through type, Heavy-Duty grade, with integral NEMA WD 6 , Configuration 5-20R duplex receptacle ; complying with UL 498 and UL 943 . Design units for installation in a 2-3 /4- inch - deep outlet box without an adapter. 2 .3 SWITCHES A . Single- and Double-Pole Switches : Comply with DSCC W-C496F and UL 20 . B . Snap Switches : Heavy-Duty grade, quiet type . C . Combination Switch and Receptacle : Both devices in a single gang unit with plaster ears and removable tab connector that permit separate or common feed connection . 1 . Switch : 20 A, 120/277-V ac . 2 . Receptacle : NEMA WD 6, Configuration 5 - 15R. D . Dimmer Switches : Modular, full-wave, solid- state units with integral , quiet on/off switches and audible frequency and EMI/RFI filters . 1 . Control : Continuously adjustable toggle switch with single-pole or three-way switching to suit connections . 2 . Incandescent Lamp Dimmers : Modular, 120 V, 60 Hz with continuously adjustable rotary-.knob, .toggle switch ; or . slider; single-pole- with soft- tap -or other quiet switch ; EMI/RFI filter to eliminate interference ; and 5 - inch wire connecting leads . 16140 WIRING DEVICES Page 2 3 . Fluorescent Lamp Dimmer Switches : Modular; compatible with dimmer ballasts ; trim potentiometer to adjust low-end dimming; dimmer-ballast combination capable of consistent dimming with low end not greater than 20 percent of full brightness . 2 .4 WALL PLATES A. Single and combination types to match corresponding wiring devices . 1 . Plate- Securing Screws _ Metal with head color to match plate finish_._ __ 2 . Material for Unfinished Spaces : Smooth , high- impact thermoplastic. 3 . Material for Wet Locations : Thermoplastic with spring- loaded lift cover, and listed and labeled for use in "wet locations . " 2 . 5 MULTIOUTLET ASSEMBLIES A . Components of Assemblies : Products from a single manufacturer designed for use as a complete, matching assembly of raceways and receptacles . B . Raceway Material : Metal, with manufacturer's standard finish . C . Wire : No . 12 AWG . 2 . 6 FINISHES A . Color: 1 . Wiring Devices Connected to Normal Power System : Ivory, unless otherwise indicated or required by NFPA 70 . 2 . TVSS Devices : Blue, PART 3 - EXECUTION 3 . 1 INSTALLATION A . Install devices and assemblies level, plumb, and square with building lines . Be Install wall dimmers to achieve indicated rating after derating for ganging. C . Install unshared neutral conductors on line and load side of dimmers . D . Arrangement of Devices : Unless otherwise indicated, mount flush, with long dimension vertical, and with grounding terminal of receptacles on top . Group adjacent switches under single, multigang wall plates . E . Remove wall plates and protect devices and assemblies during painting . 16140 WIRING DEVICES Page 3 F . Adjust locations of floor service outlets and service poles to suit arrangement of partitions and furnishings . 3 . 2 IDENTIFICATION A . Comply with Division 16 Section " Basic Electrical Materials and Methods . " 1 . Receptacles : Identify panelboard and circuit number from which served . Use hot, stamped or engraved machine printing with white-filled lettering on face of plate, and durable wire markers or tags inside outlet boxes . 3 . 3 CONNECTIONS A . Ground equipment according to Division 16 Section " Grounding and Bonding- Be Connect wiring according to Division 16 Section " Conductors and Cables . " 3 .4 FIELD QUALITY CONTROL A. Perform the following field tests and inspections. and prepare test reports : 1 . After installing wiring devices and after electrical circuitry has been energized , test for proper polarity, ground continuity, and compliance with requirements . 2 . Test GFCI operation with both local and remote fault simulations according to manufacturer's written instructions . Be Remove malfunctioning units, replace with new units , and retest as specified above . END OF SECTION 16140 t 16140 WIRING DEVICES Page 4 SECTION 16145 - LIGHTING CONTROL DEVICES PART 1 - GENERAL 1 . 1 SUMMARY --- -- --- -- - --Am - This Section includes the following : -- - - ----- - -- ---- — - -- - - - -- -- -- -- - 1 . Time switches . 2 . Photoelectric relays . 3 . Occupancy sensors . 4 . Multipole Jig„ting relays . 5 . Multipole lighting contactors . 1 .2 SUBMITTALS A . Product Data: For each type of lighting control device indicated . B . Field quality-control test reports . C . Operation and maintenance data . 1 1 . 3 QUALITY ASSURANCE A . Electrical Components, Devices, and Accessories : Listed and labeled as defined in * NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B . Comply with 47 CFR 15 , Subparts A and B, for Class A digital devices . Co Comply with NFPA 70 . PART 2 - PRODUCTS 2 . 1 MANUFACTURERS A . Available Manufacturers : Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B . Manufacturers : Subject to compliance with requirements, provide products by one of the following : 1 . Contactors and Relays : a. Automatic Switch Co . 16145 LIGHTING CONTROL DEVICES Page 1 b . Challenger Electrical Equipment Corp . c . Cutler-Hammer Products ; Eaton Corporation . d . Furnas Electric Co . e . GE Lighting Controls . f. Hubbell Lighting, Inc . g . Siemens Energy and Automation , Inc . h . Square D Co . ; Power Management Organization . i . Zenith Controls, Inc . 2 . Time Switches : a . Diversified Electronics, Inc . b . Grasslin Controls Corp . c . Intermatic, Inc . d . Leviton Manufacturing. e . Paragon Electric Co . , Inc . f. Tork, Inc . g . Zenith Controls, Inc. 3 . Photoelectric Relays : a . Allen- Bradley/Rockwell Automation . b . Area Lighting Research , Inc . C , Fisher Pierce . d . Grasslin Controls, Corp . :` \ e . Intermatic, Inc . Jj f. Paragon Electric Co . , Inc . g . Rhodes, M H ) Inc . h . SSAC , Inc . i . Tork, Inc . 2 . 2 GENERAL LIGHTING CONTROL DEVICE REQUIREMENTS A . Line-Voltage Surge Protection : Include in all 120- and 277 -V solid-state equipment. Comply with UL 1449 and with ANSI C62 .41 for Category A locations . 2 . 3 TIME SWITCHES A . Description : Solid- state programmable type with alphanumeric display complying with UL 917 . 1 . Astronomic dial . 2 . Two contacts, rated 30 A at 277 -V ac, unless otherwise indicated . 3 . Two pilot-duty contacts, rated 2 A at 240-V ac, unless otherwise indicated . 4 . Eight-day program uniquely programmable for each weekday and holidays . 5 . Skip-day mode . 2 . 4 PHOTOELECTRIC RELAYS 16145 LIGHTING CONTROL DEVICES Page 2 A . Outdoor Sealed Units : Solid state, with single-pole, double-throw dry contacts rated to operate connected relay or contactor coils or microprocessor input, and complying with UL 773A Weathertight housing, resistant to high temperatures and equipped with sun-glare shield . 1 . Light-Level Monitoring Range : 0 to 3500 fc, with an adjustment for tum -on/turn-off levels . 2 . Time Delay : Prevents false operation . 2 . 5 MULTIPOLE-CONTACTORS_AND-RELAY- S -- - -- - -- - ---- - ------- - ---- -- - --- - - A . Description : Electrically operated and mechanically held , and complying with UL 508 and NEMA ICS 2 . L Listed Current Rating for Switching: Consistent with type of load served , including tungsten filament, inductive, and high-inrush ballast (ballasts with 15 percent or less total harmonic distortion of normal load current) . 2 . Control Coil Voltage : Match control power source . PART 3 - EXECUTION 3 . 1 INSTALLATION A . Mounting heights indicated are to bottom of unit for suspended devices and to center of unit for i wall -mounting devices . 3 . 2 CONTROL WIRING INSTALLATION A . Install wiring between sensing and control devices according to manufacturer's written instructions and as specified ir) Division 16 Section " Basic Electrical Materials and Methods . " Be Bundle, train, and support wiring in enclosures . 3 .3 IDENTIFICATION A . Identify components and power and control wiring according to Division 16 Section "Basic Electrical Materials and Methods . " 3 .4 FIELD QUALITY CONTROL A . Inspect control components for defects and physical damage, testing laboratory labeling, and nameplate compliance with the Contract Documents . Be Electrical Tests : Useparti_cular caution when testing devices containing solid -state components . Perform the following according to manufacturer' s written instructions : 1 . Continuity tests of circuits . 16145 LIGHTING CONTROL DEVICES Page 3 2 . Operational Tests : Set and operate devices to demonstrate their functions and capabilities in a methodical sequence that cues and reproduces actual operating functions . Record ' control settings, operations , and functional observations . 3 . Correct deficiencies , make necessary adjustments , and retest. Verify that specified requirements are met. END OF SECTION 16145 I 16145 LIGHTING- CONTROL DEVICES Page 4 SECTION 16715 VOICE AND DATA COMMUNICATION CABLING PART 1 - GENERAL 1 . 1 RELATED DOCUMENTS .____.Drawings and general_provisi.ons of the Contract, including General and Supplementary Conditions ___ and Division 1 Specification Sections, apply to this Section. 1 . 2 SL AMARY A. This Section includes the following items for wiring systems used as signal pa hw ays Or Voice and high-speed data transmission: I . Mounting elements . 2 . Unshielded twisted-pair cabling. 3 . Fiber-optic cabling. 4. Workstation outlets . 5 . Backboards , 6 . Identification products . B . Related Sections include the following: 1 . Division 13 Section " Security Access " for data transmission meeting RS -232 and RS485 cabling associated with system panels and devices . 2 . Division 16 Sections "AudioNideo Cabling". 1 . 3 DEFINITIONS A. Backbone: A facility (e . g. , pathway, cable, or conductors) between telecommunications rooms or floor distribution terminals , the entrance facilities , and the equipment rooms within or between buildings. B . BICSI: Building Industry Consulting Service International . C . Cross-Connect : A facility enabling the termination of cable elements and their interconnection or cross-connection. D . EMI: Electromagnetic interference. E. Horizontal Cabling. Cabling between and including the telecommunications outlet/connector and the horizontal cross-connect Also the cabling between and including the building automation system outlet or the first mechanical terminations on the horizontal connection point and the horizontal cross-connect. 16715 - 1 F IDC : Insulation displacement connector. GO LAN : Local area network. 14, RCDD : Registered Communications Distribution Designer. I RMC : Rigid metallic conduit. 3 UrP : Unshielded twisted pair. 1 .4 SUBMITTALS A. Product Data: For features , ratings , and performance of each component specified. B . Shop Drawings : cations uipment rooms ' 1 . Include dimensioned plan and elevation ws equipment rack asssemblies,lmeth d of field labeling each individual component . Show assembly, workspace requirements , and access for cable connections . 2 . System Labeling Schedules : Electronic copy of labeling schedules , in software and format selected by Owner. 3 Cabling Administration Drawings • the following: 4 Wiring diagrams to show typical wumg schematics including 1 a. Workstation outlets , jacks, and j ack assemblies . b . Patch cords . c . Patch panels . d . Fiber-optic boxes . e. Distribution racks . f. Terminal racks . 1 . 5 QUALITY ASSURANCE A. Installer Qualifications : Cabling installer must have on staff personnel certified by BICSI. 1 . Layout Responsibility: Preparation of Shop Drawings , Cabling Administration Drawings , and field testing program development by an RCDD . ion of a Level 2 ervis 2 . Installation Supervision: Installation shall be under Work of this Secoonect P s performed a Project installer, who shall be present at all times site . 1 . 6 COORDINATION School Boa.Td ' s A. Coordinate layout and installation of voice and data communication service entrance s arrangem nt with MIS team and equipment and service suppliers . local exchange carrier. 16715 -2 Meet j ointly with School Board' s MIS team and equipment suppliers, local exchange carrier representatives , and Owner to exchange information and agree on details of equipment arrangements and installation interfaces . 2. Record agreements reached in meetings and distribute to other participants . 3 . Adjust arrangements and locations of distribution frames and cross-connect and patch panels in equipment rooms and wiring closets to accommodate and optimize arrangement and space requirements of telephone switch and LAN equipment. PART 2 - PRODUCTS 2 . 1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following re uire,uents apply to product selection: 1 . Manufacturers : Subject to compliance with requirements , provide products by one of the manufacturers specified. 2 .2 SYSTEM REQUIREMENTS A. Coordinate the features of materials and equipment so they form an integrated system. Match components and interconnections for optimum future performance. B . Expansion Capability: Unless otherwise indicated, provide spare fibers and conductor pairs in cables, positions in cross-connect and patch panels , and terminal strips to accommodate at minimum 25 percent future increase in the number of workstations shown on Drawings . This expansion requirement does not apply to horizontal cable from workstation outlet to first terminal board. 2 . 3 AMOUNTING ELEMENTS A. Backboards : 3/4-inch, interior-grade, fife-retardant-treated plywood_ B . Distribution Racks : Freestanding and wall-mounting, modular-steel units designed for telecommunications terminal support and coordinated with dimensions of units to be supported. 1 . Module Dimension: Width compatible with EIA 310 standard 194rich panel mounting. 2 . Finish: Baked-polyester powder coat. C . Power Strips : For mounting in the rack, with 20-A, 120-V ac, NEMA WD 6 , Configuration 5 -20R receptacles , number as indicated, but in no case fewer than 6 , and including the following: 1 . LED indicator lights for power and protection status . 2 . LED indicator lights for reverse polarity and open outlet ground. 3 . Circuit breaker and thermal fusing. Unit continues to supply power if protection is lost. L 16715 -3 4 . Direct plug-in cord connected with 15 - foot line cord. 5 . Rocker-type on-off switch, illuminated when in on Pe�ithase. 11 6 peak Single-Impulse Surge Current Rating: 33 kA p p ound UL 1449 7 . Protection modes shall be ole not t gy than ,330 dVeutral-to- gr clamping voltage for all 3des shall or 8 . One RJ11 / 12C telephone line protector, suitable for modem connection . M um clamping voltage 220 peak on pins No. D . Wall.Mounting Rack: Aluminum, hinged wall bracket with provisions for power strip mounting . E. Floor-Mounting Rack : Steel, freestanding, modular, with vertical and horizontal cable management channels , top and bottom cable troughs , and grounding lug. 2A UNSHIELDED TWISTED-PAIR CABLING A, Available Cable Manufacturers : 1 . Avaya Inc . Electronics Division. 2 . Belden Inc . ; 3 KRONE Incorporated. B _ Terminal and Connector Component and Distribution Rack Manufacturers : 1 . AMP ; a Tyco International Ltd_ Company . 2 . Avaya Inc . I 3 . Homaco . 4m KRONE Incorporated. 5 . Panduit Corp . co 100 -Ohm UTP : Comply with UL 444 . D . Backbone Copper Cable: 1 . No . 24 AWG, number of pairs as required, minimum 25 Parrs ' 2 . Comply with ICER. S -80 -576 and T EI 666 . B 2 , Category 6 . UL 3 . NFPA 707 type CMR complying with 4 . Cable Jacket Color. Gray. E , Horizontal Copper Cable: I . No. 24 AWG , 100 ohm, four pair . 2 . Comply with TLA EIA-568 -B .2 , Category 6 . 3 . NRA 70 , types CMG and CMP . 4 . Cable Jacket Color. Blue. :' � 167154 1, ,1 F . Cable Connecting Hardware: Comply with TIAIEIA-568 -B . 2 , IDC type , using modules designed for punch-down caps or tools . l , IDC Terminal Block Modules : Integral with connector bodies , including plugs and jacks where indicated. 2 . IDC Connecting Hardware: Consistent throughout Project. G . Cross-Connect Panel: Modular array of IDC terminal blocks arranged to terminate building cables and permit interconnection between cables . L Number of Terminals per Field : One for each conductor in assigned cables plus 25 percent spare . H. Patch Panel : Comply with TIA/BIA-568 -B . 2, meeting or exceeding cable performance. Modular panels housing multiple-numbered j ack units with IDC-type connectors at each j ack for permanent termination of pair groups of installed cables . 1 . Number of Jacks per Field: One for each four-pair conductor group of indicated cables , plus spares and blank positions adequate to satisfy specified expansion criteria. 2 . 5 FIBER-OPTIC CABLING A. Cable, Terminal, and Connector Product Manufacturers : 1 . Avaya Inc . 2 . Berk-Tek; an Alcatel Company. 3 . Chromatic Technologies ; a Draka USA Company. 4 . Corning Cable Systems . 5 . Panduit Corp . Be Fiber-Optic Cable: 62 . 5 / 125 -micrometer, multimode optical fiber. C . Backbone Fiber Cable: Number of fibers as required and/or indicated on the drawings . 1 . Comply with TIAIEIA-492AAAA, tight buffer. 2 _ NFPA 70 , Type OFN complying with UL 1666 . 3 . Maximum Attenuation: 3 .50 dB/km at 850 nm; 1 . 25 dB /1� at 1300 nm. 4 . Minimum Modal Bandwidth: 160 MHz-km at 850 nm; 500 MHz-km at 1300 nm. 5 . Cable Jacket Color. Orange . D . HorizontalFiber Cable: Number of fibers as required and/or indicated on drawings . 1 . Comply with TIAIEIA-492AAAA, tight buffer. 2 . NFPA 70, Types OFN and OFNP as required. 3 . Maximum Attenuation: 3 . 50 dB/km at 850 nm; 1 . 0 dB/km at 1300 nm. 4 . Minimum Modal Bandwidth: 160 MHz-km at 850 nm; 500 MHz-km at 1300 nm. 5 . Cable Jacket Color: Orange. 16715 -5 E . Cross-Connect and Patch Panels : Modular panels housing multiple edduplex plex cable connectors . 1 . Number of Connectors per Field: One for each fiberecifiedI of lexpansbon ntee or cales grinaed to field, plus spares and blank positions adequate to satisfy' p F . Patch Cords : Factory-made, dual fiber cables in 36 -inch lengths and/or directed by MIS team. G . Cable Connecting Hardware: 1 . Comply with TIA/EIA-568 -B . 3 . loss 2 . Quick-connect, simplex- and duplex-Type Sn tion racks ,, psanelsnand equipmore menthpackages 3 . Type SFF connectors may b . e used in terms 2 . 6 WORKSTATION OUTLETS Aw Jacks : 100-ohm, balanced, twisted-pair connector, four-pair, modular, RJ-45 - Comply with TLVEIA-568 -B . l . -connector assemblies mounted in single or multigang faceplate- B . Workstation Outlets : Dual jack - . Faceplate: High-impact plastic; color as selected by Architect. 2 . Mounting: Flush, unless otherwise indicated. 3 . Legend: Machine-printed, adhesive tape label identifying the circuit . with flush dual RJ -451 ack C . Flush dual fiber-optic connector assemblies mounted in 2-gang faceplate assembly. 1 . Faceplate: High-impact plastic ; color as selected by Architect . 2 . Mounting: Flush, unless otherwise indiicated* the circuit . 3 - Legend: Machine-printed, adhesive tape label identifying 2 . 7 BACKBOARDS A. A-C , void-free plywood, 84 inches high and 3/4-inch thick, fire rated. Paint both sides with (2) two coats of white fire-retardant paint. 268 GROUNDING AND BONDING A. Materials : Comply with NFPA 70 , T7A.TEIA-607 , and UL 467 . 2 , 9 IDENTIFICATION PRODUCTS A . Manufacturers : 1 . Brady Worldwide, Inc. 16715--6 2 . HellermannTyton. 3 . Kroy LLC . 4. Panduit Corp. B . Comply with TIA/EIA-606-A and with applicable requirements in Division 16 Section "Electrical Identification. " Co Cable Labels : Self-adhesive vinyl or vinyl-cloth wraparound tape markers , machine printed with alphanumeric cable designations . 2 . 10 SOURCE QUALITY CONTROL A. Coaxial Cable: Each cable spool sweep tested at the factory before shipping at frequencies from 5 MHz to 1 GHz. Sweep test shall test frequency response, or attenuation over frequency, of a cable by generating a voltage whose frequency is varied through specii ed frequency rant and graphing the results . B . Fiber-Optic Cable: Each cable spool tested at factory before shipping at 850 and 1300 nm. Test and inspect OTDR according to TLA/EIA TSB -67 . C . UTP Cable Verification of Performance : Test every cable package or reel at factory to verify that cable complies with TIA/EIA-568 -132 requirements . PART 3 - EXECUTION 3 . 1 INSTALLATION STANDARDS A. Comply with BICSI TCI, TLA/EIA-568 -B . 1 , TWEIA-568 -13 . 2 , TIA/EIA-5 .68 -13 . 3 , and TIAIEIA-569-A. 3 . 2 EXAMINATION A. Examine pathway elements intended for cables . 1 . Verify proposed routes of pathways . Check raceways , cable trays, and other elements for compliance with space allocations, clearances , installation tolerances, hazards to cable installation, and other conditions affecting installation. Verifythat cabling can be installed complying with EMI clearance requirements . 2 . Prepare wall penetrations and verify that penetrations of rated fire walls are made using products labeled for type of wall penetrated. 3 . Identify plan to support cables and raceways in suspended ceilings . Verify weight of individual types and sizes of cables . Verify that load capacity of cable support structures is adequate for each pathway. 4 . Proceed with installation only after unsatisfactory conditions have been corrected. 16715 -7 3 , 3 APPLICATION OF MEDIA Backbone Cable for Data Service: Use UTP Category 6 fiber-optic cable for runs between ' A. closets . equipment rooms and wiring closets and for runs between wiring B _ Backbone Cable for Voice Service: Use UTP Category 6 cable for runs between equipment rooms and wiring closets and for runs between wiring closets . C , Horizontal Cable for Data Service : Use UIP Category 6 fiber-optic cable for runs between wiring closets and workstation outlets . Use UTP Category 6 cable for runs between wiring closets D . Horizontal Cable for Voice Service : and workstation outlets . 364 INSTALLATION A. Comply with NECA 1 . B _ Wiring Method: Install cables in raceway and cable tray except within consoles , tray sate specified and counters . Conceal raceway and wiring except in unf Wish in Division 16 Section " Cable Trays . " Raceways and boxes are specified in Division. 16 Section "Raceways and Boxes . " C Wiring Method : Install cables in raceway and cable tray except within tumconsoles ,boardcarbinet s where and counters and except in accessible ceiling spaces and in gyp p Y unenclosed wiring method may be used. Use UL-listed plenum cable in environmental air spaces , including plenum ceilings . Conceal raceway and cables except in unfinished spaces . Cable trays are specified in Division 16 Section " Cable Trays. itRaceways and boxes are specified in Division 16 Section "Raceways and Boxes . " D , Cable Installation : 1 . Install exposed cables parallel and perpendicular to surfaces or exposed structural members and follow surface contours where possible. 2 . Make splices, taps , and terminations only at indicated outlets, terminals , and cross connect and patch panels . 3 . Pulling Cable: Do not exceed manufacturer' s written recommended pulling tensions . Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points . Remove and discard cable if damaged during installation and replace it with new cable. 4. Cold=vJeairheinstallation: Brng cable to room temperatuie before dereeling. Heat lamps shall not be used for heating. 5 . Secure and support cables at intervals not exceeding 30 inches and not more than 6 inches from cabinets , boxes , fittings , outlets , racks , frames , and terminals . 16715 -8 6 . Install UTP cables using techniques , practices , and methods that area consistent with Category 6 rating of components and that ensure Category 6 performance of completed and — � linked signal paths, end to end. a. Do not untwist more than 1/2. inch of Category 6 cables at connector terminations . 7 . Outdoor Coaxial Cable: a. Outdoor connections shall be installed in enclosures complying with NEMA 250, — -- - - — -- -- - -- Type 4X- C-onneetors shall-be corrosion-resistant with-properly_designed Q-ungs. .to —___ ___._ keep out moisture. b . Attach antenna lead-in cable to support structure at intervals not exceeding 36 inches . E : Wiring within Wiring Closets and Enclosures : 1 . Install plywood backboards on walls of equipment rooms and wiring closets from floor to ceiling or as directed by MIS team. 2 . Mount patch panels, terminal strips , and other connecting hardware on backboards and floor-mounted racks . 3 . Group connecting hardware for cables into separate logical fields . 4 . Train conductors to terminal points with no excess . 5 . Use lacing bars to restrain cables , to prevent straining connections , and to prevent bending cables to smaller radii than minimums recommended by manufacturer. F _ Separation from EMI Sources : Comply with BICSI TDM and TLA/EIA-569-A recommendations 1 for separating unshielded copper voice and data communication cable from potential EMI sources , including electrical power lines and equipment. Comply with the following minimum separation distances from possible sources of EMI: 1 . Separation between unshielded power lines or electrical equipment in proximity to open cables or cables in nonmetallic raceways is as follows : a. Electrical Equipment Rating Less Than 2 kVA: 5 inches . b. Electrical Equipment Rating between 2 and 5 kVA: 12 inches . c. Electrical Equipment Rating More Than 5 kVA: 24 inches . 2 . Separation between unshielded power lines or electrical equipment in proximity to cables in grounded metallic raceways is as follows : a. Electrical Equipment Rating Less Than 2 kVA: 2- 1 /2 inches. b . Electrical Equipment Rating between 2 and 5 kVA: 6 inches . c . Electrical Equipment Rating More Than 5 kVA: 12 inches . 3 . Separation between power lines and electrical equipment located in grounded metallic conduits or enclosures in proximity to cables in grounded metallic raceways is as follows : a. Electrical Equipment Rating Less Than 2 kVA: No requirement. 1 16715 -9 b . Electrical Equipment Rating between 2 and 5 kVA: 3 inches . Go Electrical Equipment Rating More Than 5 kVA : 6 inches _ 4 _ Electrical Motors and Transformers, 5 kVA or HP and Larger: 48 inches _ 5 . Fluorescent Fixtures : 5 inches . G. Conduit : 1 . Comply with TIA/E1A-569-A for maximum length of conduit and bends between pull points , and for pull-box sizing. 2 . Use manufactured conduitsweeps osition conduit ndsius lad als cent to aenever pcomer lon backboard (in 3 . In telecommune. ications room , p where multiple sheets of case of a single piece of plywood) or in the corner of room if plywood are installed around perimeter walls 5ecurom . Use cable trays to route conduits o backboard when enteeing conduits cannot be located in. these positionsw room from overhead . Extend conduits 1 to 3 inches in finished floor. 84-inc cdi ernsion from floor up toward ceiling. Butt adjacent H. Backboards : Install plywood with s . sheets tightly , and form smooth gap free 3 . 5 GROUNDING o A. Comply with Division 16 Section " Grounding and Bonding" and with TWEIA 607 . B . Grounding Points : ) 1 . Locate grounding terminals in each equipment room, ing closet, rack, and cabinet_ wil of t 2 . Telecommunications Groundingo et , with Mount onwallentrance facility, equipment room, Co and Bonding Conductors : 1 . Extend from telecommunications entrance facility to electrical entrance facility and connect to grounding electrode* ecommunitboroom or space as a grounding 2 _ Where a panelboard for tel bulbar, bond to equipment ground busof electrical panelard* grounding busba -so to 3 _ Extend from telecommunications entrance facility gr 4 . Extend from grounding busbars to ground terminals in equipment racks and cabinets . 5 . Extend from grounding busbars to building metal frame within room, or to metal frame external to room but readily accessible. D . Special Requirements : 1 , Bonding conductors shall be insulated copper, No . 6 AWG minimum- 2 . Install only in nonmetallic conduit, unless specifically C that exceedsfor 3636 tion of inches cin lentoro gth, Metallic conduit, if used, shall b conductors shall be bonded at each end of conduit. 16715 - 10 , 3 . Bonding conductors shall be installed without splices unless approved by Architect because of special circumstances . Where splices are necessary, they shall be accessible and shall be _) located in telecommunications spaces . Splices shall be by irreversible compression connectors or by exothermic welding. 3 . 6 IDENTIFICATION A. In addition to requirements in this Article, comply. with TLA/EIA-606-A and wit] = applicable requirements in Division 16 Section "Electrical Identification. " - - 1 . Administration class for this Project shall be Class 3 . 2 . Color-code cross-connect fields . B . Using cable and asset management software specified in Part 2 , develop Cabling Administration Drawings for system identification, testing, and management. Use unique, alphanuma;ic designation for each cable, and label cable, jacks , connectors , and terminals to which it connects with same designation. Use logical and systematic designations for facility's architectural arrangement. At completion, cable and asset management software shall reflect as-built conditions . C . Use logical and systematic designations for facility's architectural arrangement and nomenclature, and a consistent color-coded identification of individual conductors . D . Cable and Wire Identification: 1 . Label each cable within 4 inches of each termination and tap , where it is accessible in a Jl cabinet or junction or outlet box, and elsewhere as indicated . 2 . Each wire connected to building-mounted devices is not required to be numbered at device if color of wire is consistent with associated wire connected and numbered within panel or cabinet. 3 . Exposed Cables and Cables in Cable Trays and Wire Troughs : Label each cable at intervals not exceeding 15 feet. 4 . Label each terminal strip and screw terminal in each cabinet, rack, oz panel _ a All wiring conductors connected to terminal strips shall be individually numbered, and each cable or wiring group being extended from a panel or cabinet to a building-mounted device shall be identified with name and number of particular device as shown. b . Label each unit and field within distribution racks and frames . 5 . Within Connector Fields in Equipment Rooms and Wiring Closets: Label each connector and each discrete unit of cable-terminating and connecting hardware. Where similar j acks and plugs are used for both voice and data communication cabling, use a different color for jacks and plugs of each service. 6 . At Workstations : Attach label to device. E_ Cable Schedule : Post in prominent location in each equipment room and wiring closet. List incoming and outgoing cables and their designations , origins , and destinations . Protect with no 16715 - 11 frame and clear plastic cover. Furnish an electronic copy of final comprehensive schedules for Project. F. Cabling Administration Drawings : Show building floor plans with cable administration-point labeling. Identify labeling convention and show labels for telecommunications closets , backbone pathways and cables , terminal hardware and positions , horizontal cables , work areas and workstation terminal positions , grounding buses and pathways, and equipment grounding -A. Furnish electronic record of all drawings , in conductors . Follow convention of TIA./EIA-606 software and format selected by Owner. 3 . 7 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare- test reports : B . Category 6 UTP Cabling Tests: 1 . Tests shall include all tests of Category 5e, conducted from 1 to 250 MHz. 2 . Channel and permanent link tests shall be performed with a tester that complies with performance requirements in TIA/EIA-568 -B . 2 , Level III. Include tests for longitudinal or transverse conversion loss . 3 , performance shall comply with minimum criteria in TIAIEIA-568 -B . 2 . C . Fiber-Optic Cable Tests : 1 . Test instruments shall meet or exceed applicable requirements in TIA./EIA-568 -13 . 1 . Use 1 only test cords and adapters that are qualified by test equipment manufacturer for channel / or link test configuration. 2 . Visually inspect cable placement, cable termination, grounding andbonding, equipment and patch cords, and labeling of all components . 3 . Link End-to-End Attenuation Tests : a. Horizontal and multimode backbone link measurements : Test at 850 or 1300 nm in 1 direction according to TIAIEIA-526- 14-A, Method B , One Reference Jumper. b . Attenuation test results for horizontal links shall be less than 2 . 0 dB . Attenuation test results shall be less than that calculated according to equation in TIAIEIA-568 -13 . 1 . D . Data for each measurement shall be documented . Data for submittals shall be printed in a summary report that is formatted similar to Table 10 . 1 in BICSI TDM, or transferred from the instrument to the computer, saved as text files, and printed and submitted. E . Remove and replace cabling where test results indicate that they do not comply with specified requirements . F. Retest and inspect cabling to determine compliance of replaced or additional work with specified requirements . 16715 - 12 } 3 . 8 DEMONSTRATION A. Train Owner's maintenance personnel in cable-plant management operations, including changing signal pathways for different workstations, rerouting signals in failed cables , and keeping records of cabling assignments and revisions when extending wiring to establish new workstation outlets . Refer to Division 1 Section "Demonstration and Training. " END OF SECTION - ------- --- ------- - --- i i 16715 - 13